30 of 14-15 04.03 · 5.0 this tender document contains 81 pages (including cover pages) and...

81
Page 1 of 81 EAST CENTRAL RAILWAY (CONSTRUCTION DEPARTMENT) TENDER NOTICE No. 22 of 2014-15 (Open)/South TENDER No.30 of 2014-15 (Open)/ South NAME OF WORK: Earthwork in embankment, Blanketing, construction of retaining wall etc. in connection with remodeling of Lakhisarai yard. Date of Dropping : 15.04.15 Date of Opening : 17.04.15 Office of the Chief Administrative Officer (Con) Mahendrughat, Patna – 800 004.

Upload: others

Post on 16-Mar-2020

9 views

Category:

Documents


0 download

TRANSCRIPT

Page 1 of 81

EAST CENTRAL RAILWAY

(CONSTRUCTION DEPARTMENT)

TENDER NOTICE No. 22 of 2014-15 (Open)/South

TENDER No.30 of 2014-15 (Open)/ South NAME OF WORK: Earthwork in embankment, Blanketing, construction of retaining wall etc. in connection with remodeling of Lakhisarai yard.

Date of Dropping : 15.04.15

Date of Opening : 17.04.15

Office of the Chief Administrative Officer (Con) Mahendrughat, Patna – 800 004.

Page 2 of 81

EAST CENTRAL RAILWAY

(CONSTRUCTION DEPARTMENT)

TENDER NOTICE No. 22 of 2014-15 (Open)/South

TENDER No.30 of 2014-15 (Open)/ South NAME OF WORK: Earthwork in embankment, Blanketing, construction of retaining wall etc. in connection with remodeling of Lakhisarai yard.

Date of Dropping : 15.04.15

Date of Opening : 17.04.15

Office of the Chief Administrative Officer (Con) Mahendrughat, Patna – 800 004.

PART-I

Page 3 of 81

East Central Railway Office of the Chief Administrative Officer (Con)

Mahendrughat, Patna – 800 004 Chapter –I

Tender Notice No. 22 of 2014-15 (Open)/South 0 of 2012-13 (Open)/South Tender No. 30 of 2014-15 (Open)/South in two packet system Forwarding Letter: Detailing salient features of the tender Issued to: ________________________________________________________________

________________________________________________________________

________________________________________________________________ Name of Work Earthwork in embankment, Blanketing, construction of retaining wall etc. in connection with remodeling of Lakhisarai yard. Details of Demand Draft/Railway’s Money Receipt towards cost of tender document. DEMAND DRAFT/Railway’s Money Receipt No.---------------------DATE---------------- ISSUED BY --------------------------------------------------------------------------------------- AMOUNT Rs---------------------------------------------------------------------------------------

1.0 Sealed tenders have been invited for and behalf of the President of India for the above mentioned work as per

tender notice quoted above. A copy of the tender notice is enclosed herewith as Chapter-II. 2.0 The tender document is hereby being issued to you on your request and on your having deposited the requisite cost

of the tender document as per aforesaid details. The tender document is being issued with further condition that you agree to abide by the conditions laid down hereinafter in the tender document before submitting your tender.

Or a) The document may be downloaded from website issued as tender document for submitting the bid. However

Demand Draft /Railway Money Receipt /Banker’s cheque (separate Demand Draft /Railway Money Receipt /Banker’s cheque other than that of Earnest money) for an amount prescribed at Para I of tender document in favour of “FA&CAO/Con/E.C.Railway”, towards the cost of tender document payable at Patna will have to be enclosed with the tender document. In case, the offer is not accompanied with the valid demand draft/pay order/Railway Money receipt for the cost of tender document as detailed above, the tender will be summarily rejected.

b) Please note that the document is being allowed to be downloaded with further condition that you agree to abide by the conditions laid down herein after in the tender document before submitting your tender.

c) Please note that the end of tender document is being marked as “END OF DOCUMENT”. The total document is to be download for submission of the offer, otherwise the document will be treated as invalid.

d) Please note that if any change/additions/deletion with malafide intention is made by the bidder, the tender is liable for summarily rejection. Further if the same is detected at any stage even after award of the tender, all necessary action including banning of business would be taken.

e) Online form is provided for the potential bidders for filling in, after which the tender documents should be downloaded or the blank tender document may be downloaded and may be filled up legibly before submission of the offer.

3.0 The Railway, before the due date of opening, may on its own or in response to any clarification requested or suggested by any person including that of the Tenderer, may modify the tender document at its sole discretion.

4.0 The tender document includes many chapters and annexure as enclosed, which are integral parts of the tender documents.

Page 4 of 81

5.0 This tender document contains 81 pages (including cover pages) and consisting of VIII chapters.

Chapter No. Nature of document Page

reference PART-I (Packet-I) 1-2 I Forwarding letter 3-5

IA Declaration by Tenderer 6 II Tender Notice/Corrigendum(s) 7-9 III Conditions of tender and instruction to tenderer(s) with Annexure I to XII 10-51 IV Special conditions of Contract (General) 52-56 V Form of tender 57 VI Schedules of Work 58-67

PART – II 68 VII SPECIAL CONDITION & SPECIFICATION FOR EARTHWORK.

69—74

VIII Special Condition & Specification for blanketing 75-77

IX SPECIAL CONDITIONS & SPECIFICATIONS FOR BUILDING WORK. 78-81

6.0 These tender documents also include as integral part of these documents, the East Central Railway’s General Conditions of Contract 2008 as amended by updated correction slips here in after referred to as “GCC-2008”, E.C. Railways USSOR’2012 for Civil Engineering Department, as amended by updated correction slips hereinafter referred to as “USSOR’2012” and East Central Railway’s Standard Specifications for Works and Materials-2008 as amended by updated correction slips and all other books/codes/manuals etc. mentioned else where in these documents. These books are hereinafter called the “Books of Reference”. General arrangement drawings enclosed with these documents are only for guidance and may change during detailed design approval/execution stage.

7.0 All the above mentioned chapters and above documents, taken together, if not scored off, shall constitute the complete tender document hereinafter referred to as “tender document” and have to be read together and acted upon accordingly. No part of the tender document can be relied upon or acted upon in isolation.

8.0 In the event of any conflict between the Books of reference and contents of various chapters of these documents and references therein, the matter shall be referred to Engineer, whose decision in this regard shall be final binding and conclusive.

9.0 Scope of the Work: Scope of the work under this work has been described in detail in Para 3 of Chapter III.

10.0 Approximate cost of the work: The tender assessed cost of the work covered by this tender is

approximately Rs. 7,85,97,600 .00(Rs. Seven Crore Eighty Five Lakh Ninty Seven Thousand Six Hundred ) Only as per details given in Annexure:

11.0 Date of dropping and opening: As per tender notice and corrigendum(if any) as per chapter –II of these documents.

12.0 Credentials: Tenderers should submit the details of their credentials in the Annexure I & II of Chapter-III of tender document with supporting documents. Tenders submitted without credentials as per Annexure I & II of Chapter-III of Tender document are liable to be rejected.

13.0 Opening of the tender: The Tender will be received/dropped in the offices of CAO/Con/EC Rly. Mahendrughat, Patna , and DyCE/Con/ DNR on the date of dropping as indicated in Tender Notice till 12.00 hrs when the tender box would be closed, and will be opened on 17.04.15 at 12.30 hrs at CAO/Con/EC Rly. Mahendrughat, Patna only in presence of the Tenderers or their authorized representatives who wish to remain present. First the main sealed cover will be opened. In case the tender dropping day is declared a holiday on account of any reason, the tender box shall be closed at the same time on the next working day and if opening day is also declared a holiday , the tender box shall be opened at the same time on the next working day.

14 Amount of Earnest Money: ““The earnest money should be in cash ( in the form of Railway Money Receipts), or Demand Drafts / Banker’s cheque in favour of FA & CAO/Con/ECR,MHX,Patna executed by

Page 5 of 81

State Bank of India or any of the Nationalized Bank or by a scheduled bank. . The amount of Rs. 5,42,990.00(Rs. Five Lakh Forty Two Thousand Nine Hundred Ninty only required to be deposited along with the tender as indicated in the tender notice/Corrigendum. Note:Cash against money receipt issued by the Divisional Cashier,Sonpur/Danapur/Dhanbad/ Samastipur/ Mugalsarai Division..

15 Validity of the tender: Tenderer shall keep his tender open for a period of 120 days from the date of opening of the tender.

16 Period of Completion: 12 ( Twelve) Months. The successful Tenderer shall complete the entire work within the period specified in the tender notice viz. 12 (Twelve) months. The period starts from the date of issue of the letter of acceptance by the Railway to such Tenderer.

17 Schedule of Items: Schedule of Items: The tenderer shall fill in his rates for doing this work on the prescribed page/sheet of the chapter VI of these documents. Rebate, if any should be quoted in Schedule “D” as contained in Chapter VI. Various items of the works covered under this work have been detailed in Schedule A-I to B- C-II which includes six annexures viz. Schedule of Items: The tenderer shall fill in his rates for doing this work on the prescribed page/sheet of the chapter VI of these documents. Rebate, if any should be quoted in Schedule “D” as contained in Chapter VI. Various items of the works covered under this work have been detailed in Schedules A-I toC-III’ which includes annexures viz viz. A-I(for schedule A-I), B-I (for schedule B-I), B-VI (for schedule B-VI), B-XII (for schedule B-XII),C-I (For schedule C-I),C-II (for schedule C-II) enclosed in chapter VI of this tender documents enclosed in chapter VI of this tender documents.

18 Rates shall have to be quoted as percentage above, below or at par for each schedule separately. Tenderers must not quote item wise rates. In case any tenderer quotes unified percentage for each schedule and also quotes item wise rates against individual items, no cognizance would be taken for the item wise rates quoted by the tenderers. However, railways reserves their right to cancel any tender wherein item wise rates have been quoted.

19 Specifications of the work: The work shall be carried out as per specifications contained in the

tender document or otherwise referred to.

20 Eligibility Criteria:-Applicable for tender value above Rs.50.00 lakh

21 Advance to the Contractor : -Not Applicable in terms of clause 37A of chapter –III.

22 Price variation clause : - Applicable in terms of clause 35 of chapter –III.

23 Purchase preference clause : - Not Applicable in terms of clause 9 of Chapter-III.

24 Performance Guarantee : - The successful tenderer will required to furnished a Performance Guarantee (PG) as per clause 28 of Chapter-III of Tender Document dealing with such provisions.

25 Incentive Bonus Clause : - Not Applicable in terms of clause 37(B) of chapter-III.

26 Joint Venture firms : - Not Permitted to participate, as tender value is not more than Rs.10.00 Cr. or more.

27 Accepting Authority : The acceptance of this tender rests with the C E/Con/South for and on behalf of the President of India.

Enclosures: The tender document Total 81pages Witness

1. Signature of Tenderer

2. Date _____________

Page 6 of 81

CHAPTER-IA East Central Railway

Office of the Chief Administrative Officer (Con) Mahendrughat, Patna – 800004.

DECLARATION BY THE TENDERER

1. The tender document enclosed containing pages (---- No of pages containing tender documents and ---------- No of pages of enclosure). All the pages have been signed by me.

2. Details of cost of tender document:-

SN Cost of tender document

Details of Demand Draft/ Railway Money receipt/(for cash)/Banker’s cheque

Name of the issuing bank with address

Validity of DD/DPO

3. Details of Earnest Money :-

SN Amount of Earnest Money

Details of Demand Draft/ Railway Money Receipt (for cash)/,Banker’s cheque etc. as per admissible in tender document and date

Name of the issuing authority with address

Validity of the instrument

4. Details of Bank account No:-

SN Name of the Bank with

address

Bank Account

no.

Name Bof

Payee

IFSC Code

Nature of

Account

Option for payment through

RTGS/NEFT (Yes/No)

5. Permanent Account No(PAN) :-

Name and style of Account holder Permanent Account No(PAN)

6. My business is not banned by Railway/Govt./Public Sector etc and I am legally eligible to bid with Railways.

Witness:

1. Signature of Tenderer(s)

2. Date: .............................

Page 7 of 81

East Central Railway (Construction Department)

Tender notice no.22 of 2014-15 (Open)South Tender no.30 of 14-15(Open) South

Sn

Particulars

1 Name of the work its location

Earthwork in embankment, Blanketing, construction of retaining wall etc. in connection with remodeling of Lakhisarai yard.

2 Approx. cost of the work 78597600

3 *Earnest Money/cost of tender

542990/10,000

4 Date & Time for submission of tender and opening of Tender

15.04.15(10.00 to 12.00) 17.04.15 at (12:30)

5 Website particulars, Notice board location/notice board/tender document purchased place

Notice board of CAO/Con/South and Dy CE/C//DNR http://www.tenders.gov.in or http://www.ecr.indianrailways.gov.in/CAO/Con/South

The earnest money should be in cash (i.e in the form of Rly Money receipt) or Banker’s cheque/Demand draft in favour of FA & CAO/Con/East Central Railway,Mahendrughat,Patna,executed by state bank of India or any of the nationalized banks or by a schedule bank. N.B Cash against Money Receipt issued by the Divisional Cashier,/Sonepur/Danapur/Dhanbad/Samastipur/Mugalsarai Division.

For Chief Administrative officer/Con/South ECR/MHX, Patna

iwoZ e/; jsyos ¼fuekZ.k foHkkx½

fufonk lwpuk la- 22 o"kZ 2014&15¼[kqyh½ nf{k.k fufonk la- 30@o"kZ 2014&15 ¼[kqyh½ nf{k.k a dz-l-

fooj.k

1 dk;Z dk uke rFkk dk;Z LFky

y[[khljk; ;kMZ fjekksMfyax ds laca/k esa rVca/k ij feVVh dk dk;Z ~oSayadsfVax rFkk bls cuk;s j[kus ds fy, fnoky dk fuekZ.kA

2 dk;Z dk vuqekfur eqY; 78597600

3 vxz/ku jkf'k@ fufonk izié eqY;

542990/10,000

4 fufonk ds <kyus dk fnukad 15.04.15 (10.00 to 12.00 cts) fufonk ds[kqyus dk fnukad 17.04.15 (12:30 cts)

5 osolkbZV fooj.k@lqpuk iV@ fufonk izkfIr dk txg

egsUnzw?kkV ds fuekZ.k laxBu dk;Zky; rFkk mi eq[; bathfu;j@fu0 @ nkukiqj Shttp://www.tenders.gov.in or http://www.ecr.indianrailways.gov.in]

vxz/ku jkf’k dks foRr lykgdkj ,oa eq[; ys[kkf/[email protected]@iwoZ e/; jsy] egsUnzw/kkV] iVuk ds i{k esa uxn ¼jsyos euh fjflIV½ ;k cSadlZ psd@fMekaM M~zkQ~V tks fd Hkjrh; LVsV cSad ;k fdlh vU; jk"V~zh;d̀r cSad ;k f”kM~;qy cSad ls tkjh fd;k x;k gks A uksV%& uxn jsyos jlhn dks eaMy dSf’k;j@lksuiqj@nkukiqj@/kuckn@ leLrhiqj@eqxyljk; eaMy }kjk tkjh gksuk pkfg, A

dr̀s eq[; iz'kklfud vf/[email protected]@nf{k.k iwoZ e/; jsyos] egsUnzw?kkV] iVukA

Page 8 of 81

East Central Railway

(Construction Department)

Tender Notice Number 22 of 2014-15 (Open )South

S.No. 1

Tender Number 30 of 2014-15 (Open )South

Tender Package Number Office Inviting Tender CAO/Con/South/MHX, Patna Name of Work Earthwork in embankment, Blanketing, construction of retaining wall etc. in connection with remodeling

of Lakhisarai yard.

Time of Completion after issue of LOA

12 Months

Approximate Cost 78597600 EMD 542990 Cost of Tender Document 10000 *Similar Work Any Civil Engineering work involving earthwork in embankment.

AOP/JV allowed or not (allowed for >10 Cr.)

Not Allowed

Price Variation Clause is applicable or not.

Applicable

Mobilization advance clause is applicable or not.

Not Applicable

Stage Payment for Steel Clause is applicable or not.

Not Applicable

Incentive Bonus Clause is applicable or not.

Not Applicable

Date & Time of Dropping On15.04.15 from10 hrs - 12 hrs

Place of Dropping CAO/Con/Mahendrughat, CAO/C/Kashmeregate,Delhi and,DyCE/C/DNR

Date & Time of Opening 17.04.15 at 12.30 hrs

Place of Opening CAO/Con/Mahendrughat, Patna

Validity of Tender / Offer 120 days

Availability of Tender Document

CAO/Con/Mahendrughat, Patna From 04.03.15 to 14.04.15 between 10.00 hrs to 16.00 hrs. On production of demand ft from any nationalized/Scheduled bank in favour of FA & CAO/Con/ECR, Mahendrughat, Patna or money receipt issued by the Divisional Cashier

Eligibility Criteria Works Experience:- Contractor should have completed in the last three financial years (i.e. current year and three previous financial years), at least one *similar work for minimum value of 35% of Advertised tender value, is clarified as under:- 1.1 Similar nature of work physically completed within the qualifying period, i.e. the last 3 financial years and current financial year (even though the work might have commenced before the qualifying period) should only be considered in evaluating the eligibility criteria. 1.2 The total value of similar nature of work completed during the qualifying period and not the payments received within qualifying period alone, should be considered.In case, the final bill of similar nature of work has not been passed and final measurements have not been recorded, the paid amount including statutory deduction is to be considered. If final measurements have been recorded and work has been completed with negative variation, then also the paid amount including statutory deduction is to be considered.

Page 9 of 81

However, if final measurements have been recorded and work has been completed with positive variation but variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is lower should be considered for judging eligibility. 1.3 In the case of composite works involving combination of different works, even separate completed works of required value should be considered while evaluating the eligibility criteria. For example, in a tender for bridge work where similar nature of work has been defined as bridge work with pile foundation and PSC superstructure, a tenderer, who has completed one bridge work with pile foundation of value at least equal to 35% of the tender value and also has completed one bridge work with PSC superstructure of value at least equal to 35% of the tender value, should be considered as having fulfilled the eligibility criteria of having completed single similar nature of work. Completion certificate of the work issued from Central Govt./State Govt./Central P.S.Us/State P.S.Us and other Government Agencies shall only be accepted, credential from Private Individuals shall not be accepted.

Payment Certificate:-1.4 Total contractual amount received during the last three financial years and in the current financial year, should be a minimum of 150% of advertised tender value as per audited balance sheet duly certified by the Chartered Accountant. For the financial year ended and/or the current financial year if audited balance sheet is not available contractual amount received duly certified by the chartered accountant should be submitted as a proof of turnover. 1.5 Alternatively at least payment certificates from Central Govt./ State Govt./Central P.S.Us/State P.S.Us and other Government Agencies for a minimum of 150% of advertised tender value may be submitted.

1. Tenders received after specified time and date are liable to be rejected. 2. For further details tender Document may be referred to.

3. In case any tenderer wishes to obtain the tender document by post, Rs. 500/- (Five hundred) extra should be sent by demand draft in favor of FA & CAO/C/EC Rly, Mahendrughat, Patna within 15 Days prior to Date of Dropping. However, Railway will not be responsible for non-receipt or delayed receipt of such tender document. 4. Tender notice and Document will also be available on “http://www.tenders.gov.in or http://www.ecr.indianrailways.gov.in” 5. Tenderers are requested to visit the website frequently for latest corrigendum/correction etc. in response to this tender. The Corrigendum may be issued up to 10 days before opening of Tender 6. Performance Guarantee @ 5% (@ 10% for failed contractor in case of risk and cost tenders) to be deposited within 30 days after issue of LOA by Tenderer. Validity of PG shall be DOC+60 days.

5. Tenderers are requested to visit the website frequently for latest corrigendum/correction etc. in response to this tender. The Corrigendum may be issued up to 10 days before opening of Tender

6. Performance Guarantee @ 5% (@ 10% for failed contractor in case of risk and cost tenders) to be deposited within 30 days after issue of LOA by Tenderer. Validity of PG shall be DOC+60 days. 7. Tender can also be sent to Chief Administrative Office/Construction/East Central Railway, Mahendrughat, Patna by registered post/speed post/courier service to reach before 12.00 hrs. of the date of dropping. However, Rly. Will not be responsible for non-receipt or delayed receipt of such tenders. 8.The tender must be submitted with proper amount of Earnest Money in favour of FA & CAO/Con/ECR, Mahendrughat, Patna. Tender without proper Earnest Money and cost of tender document will be summarily rejected. The tender form is not The earnest money should be in cash (i.e in the form of Rly Money receipt) or Banker’s cheque/Demand Draft in favour of FA & CAO/Con/East Central Railway,Mahendrughat,Patna,executed by state bank of India or any of the nationalized banks or by a schedule bank. N.B Cash against Money Receipt issued by the Divisional Cashier,/Sonepur/Danapur/Dhanbad/Samastipur/Mugalsarai Division. 9. Tenders for supply of ballast/stone chips/ boulders/ other minor mineral such as earthwork. For such mining in Bihar, contractor is required to submit form M&N: (a) Tender should have valid license/lease from the state govt. for mining ballast/chips/boulders or should have entered into a memorandum of understanding with a valid lessee. Legal document in proof of the same should be submitted along with the tender document. (b) Whereas Income tax and Sales tax shall be deducted from the contractor’s bills as per extant instructions issued from time to time, the contractor shall furnish certificate or payment of Royalty charges from the concerned State Mining Department before payment of such bills. 10. Tenderer should sign each and every page of tender documents and its Annexure/enclosures attached by them. A certificate in this regards should be furnished by them as per Performa furnished in tender documents. No cognizance will be given in any unsigned document enclosed as ANNEXURE. 11. In case of any discrepancy between the tender documents down loaded from internet and the master approved copy available in office, the later shall prevail and will be binding on tenderer(s). No claim on this account will be entertained.

12. Current financial year will be taken as financial year of dropping. Offer to be valid up to the Date

120

For Chief Administrative Officer/ South/ECR MHX Offer to be valid up to the Date

Page 10 of 81

, CHAPTER-III Office of the Chief Administrative Officer (Con)

Mahendrughat, Patna – 800004.

Tender No. 30 of 2014-15 (Open)/South

CONDITIONS OF TENDER AND INSTRUCTIONS TO TENDERER(S)

1. a) TENDERER: The person(s)/Firm(s) who submitted these tender documents as an offer to carry out

the work detailed in chapter II are termed tenderer(s) in these documents.

b) THE CONTRACTOR (S): The tenderer(s) whose tender(s) has been accepted by the Railway shall thereafter be

termed Contractor(s) and these tender documents of the accepted tender(s) shall become a part of the Contract/Agreement between the Contractors and the Railway.

2. BOOKS OF REFERENCE: These tender documents are to be read with the followings books/codes/manuals with

versions updated/corrected/modified upto the date of tender opening: (A) Railway/IRS books of reference:-

1) E.C. Railway Engineering Department- General Conditions of Contract -2008 as amended by updated correction slips termed GCC 2008.

2) E.C. Railway Engineering Department USSOR’2012, as amended by updated correction slips (termed USSOR’2012) up to the date of tender dropping.

3) Standard specifications contained in East Central Railway Hand Book Standard Specification for works and materials – 2008.

4) I.R.S Code of practice for plain concrete for plain concrete construction, 1982. 5) I.R.S. Code of practice for electric welding of mild steel structures. 6) Indian Railway Code of Practice of Plain/Reinforced and pre-stressed concrete for

general/bridge construction (Concrete bridge Code 1997 incorporating all upto date Correction Slips).

7) Indian Railway Standard (IRS) Bridge sub-structure and foundations code-code of practice for the design of the substructure and foundation of Bridges adopted 1936 – Revised – 1985 (Hereinafter referred to as “Substructure Code”)- with up to date correction slips.

8) IRS : Welded Bridge code for steel bridge girders- 2001 9) IRS : Fabrication and Erection of Steel Girder Bridges & Locomotive Turn Tables. (B1-

2001). 10) IRS: Erection and Riveting of Bridge Girders (B2-1979) 11) IRS: Specification for Steel Bridge code Revised 1962. 12) Indian Railways Bridge Manual, 1998. 13) Indian Railways P. Way Manual. 2004 14) Indian Railways Works Manual 2000 15) Indian Railways MANUAL ON THE DESIGN AND CONSTRUCTION OF WELL

AND PILE FOUNDATIONS(1985) (B) Indian Roads Congress codes and specifications.

1) IRC-5: Standard specifications and Code of practice for Road Bridges –Section – I – General features of design

2) IRC-21: Standard specifications and Code of practice for Road Bridges- Sections –III- Cement concrete (Plain & reinforced)

3) IRC-24: Standard specifications and Code of Practice for Road Bridge –Section –V- Steel Road Bridges.

4) IRC- 83: Bearings for bridges. 5) IRC-78: Road Bridges. 6) IRC-87: Design and erection of false work for road bridges.

(C) Indian Standards Codes & Specifications:

Page 11 of 81

1 IS: 34 – White lead for paints. 2 IS: 57 – Red lead for paints and other purposes. 3 IS: 75 – Linseed oil, raw and refined. 4 IS: 77 – Linseed oil, boiled for paints. 5 IS: 102 Ready mixed paints, brushing, red lead, non-settling, priming. 6 IS: 104 – Ready mixed paint, brushing, zinc chrome, priming. 7 IS: 123 – Ready mixed paints, brushing, finishing, semi-gloss, for general purposes to Indian Colors etc. 8 IS: 280- Mild steel wire for general engineering purposes. 9 IS: 383- Coarse and fine aggregates from natural sources for concrete.

10 IS: 456- Plain and reinforced concrete. 11 IS: 487- Brush, paint and varnish. 12 IS: 516 – Method of test for strength of concrete. 13 IS: 786- Conversion factors and conversion tables. 14 IS: 800 General constructions in steel. 15 IS: 814- Covered electrodes for manual metal arc welding. 16 IS: 816- Metal arc welding for general construction in mild steel. 17 IS: 817- Training and testing of metal arc welders. 18 IS: 819- Resistance spot welding for light assemblies in mild steel 19 IS: 875 (all 5 parts) – design loads (other than earthquakes) for buildings and structures. 20 IS: 883 – Design of structural timber in buildings. 21 IS: 887 – Animal tallow. 22 IS: 1024 – Welding in bridges and structures subject to dynamic loading. 23 IS: 1148- Hot rolled rivet bars (up to 40mm dia ) for structural purposes. 24 IS: 1149- High tensile steel rivet bars for structural purposes. 25 IS: 1182- Radiographic examination of butt joints in steep plates. 26 IS: 1200 (all relevant parts) - Method of measurement of building and civil engineering works. 27 IS: 1261 - Seam welding in mild steel. 28 IS: 1270- Metric steel tape measure. 29 IS: 1323- Oxy-acetylene welding for structural work in mild steel. 30 IS: 1343 – Prestressed concrete. 31 IS: 1786- High strength deformed steel bars & wires for concrete reinforcement. 32 IS: 1791 – Batch type concrete mixers. 33 IS: 1852- Rolling and cutting tolerances for hot rolled steel products. 34 IS: 1892- Subsurface investigations for foundations. 35 IS: 1915- Steel bridge code 36 IS: 1929 – Hot forged steel rivets for hot closing (12 to 36mm dia) 37 IS: 2062 – Steel for general structural purposes. 38 IS: 2074- Ready mixed paint, air drying, red oxide-zinc chrome, priming. 39 IS: 2131- Standard penetration test for soils. 40 IS: 2132- Thin walled tube sampling of soils 41 IS: 2339- Aluminum paints for general purposes, in dual container. 42 IS: 2386 (all 8 parts) – Tests for aggregates for concrete. 43 IS: 2595- Radiographic testing. 44 IS: 2720 (all 41 parts) - Method of tests for soils. 45 IS: 2911- Design and construction of pile foundation. 46 IS: 3085- Method of test for permeability of cement mortar and concrete. 47 IS: 3502- Steel Chequered plates. 48 IS: 3764- Safety code for excavation work. 49 IS: 3955- Design and construction of well foundations. 50 IS: 4081- Safety code for blasting and related drilling operations. 51 IS: 4326- Earthquake resistant design and construction of buildings. 52 IS: 5624- Foundation bolts. 53 IS: 5666- Etch primer. 54 IS: 6586- Metal spraying for protection of iron steel. 55 IS: 6925- Methods of test for determination of water soluble chlorides in concrete admixtures.

Page 12 of 81

56 IS; 7205- Safety code for erection of structural steel work. 57 IS: 7215- Tolerances for fabrication of steel structures. 58 IS: 7293- Safety code for working with construction machinery. 59 IS: 7320 – Concrete slump test apparatus. 60 IS: 8112- 43 Grade OPC. 61 IS: 8500- Structural steel – Micro alloyed (Medium and high strength qualities). 62 IS: 8629- Protection of iron and steel structures from atmospheric corrosion. 63 IS: 9103 – Admixtures for concrete. 64 IS: 9595- Metal Arc Welding.

65 IS: 10262- Concrete mix design.

66 IS: 13920- Ductile detailing of reinforced concrete structures subjected to seismic forces.

67 SP 6, 7, 16, 21, 22, 23, 24, 34, 36, 52, 60. (D) Miscellaneous:

(1) UIC-772R: Bearings of rail bridges. (2) BS-5400 (all parts) (3) BS-1449, 3484, 1134, 5296

Note: The books of reference shall also include further references mentioned in above mentioned books of references.

3.SCOPE OF TENDER: Earthwork in embankment, Blanketing, construction of retaining wall etc. in connection with remodeling of Lakhisarai yard 4 .ELIGIBILITY CRITERIA: As per tender notice and corrigendum’s in chapter II of these documents. 5. EARNEST MONEY: (i)(a) The tenderer shall be required to deposit earnest money with the tender for the Performance with the

stipulation to keep the offer open till such date as specified in the tender notice, under the condition of tender. The earnest money shall be calculated as:-

The earnest money shall be rounded to the nearest Rs. 10. The earnest money shall be applicable for all

modes of tendering. (b) It shall be understood that the tender documents have been sold/issued to the tenderer and tenderer is

permitted to tender in consideration of stipulation on his part, that after submitting his tender he will not resile from his offer or modify the terms and conditions there of in manner not acceptable to the engineer. Should the tenderer fail to observe or comply with said stipulation, the aforesaid amount shall be liable to be forfeited to the Railway.

(c) “The earnest money should be in cash (i.e in the form of Rly Money receipt) or Banker’s cheque/Demand Draft in favour of FA & CAO/Con/East Central Railway,Mahendrughat,Patna,executed by state bank of India or any of the nationalized banks or by a schedule bank” N.B Cash against Money Receipt issued by the Divisional Cashier,/Sonepur/Danapur/Dhanbad/Samastipur/Mugalsarai Division.

. ii) TENDER WITHOUT EARNEST MONEY:

Value of the Work (Tender Value) Earnest Money Deposit (EMD) For works estimated to cost up to Rs. 1 crore 2% of the estimated cost of the work. For works estimated to cost more than Rs.1 crore

Rs. 2 lakhs plus 1/2 % (half percent) of the excess of estimated cost of work beyond Rs. 1 crore subject to a maximum of Rs.1 crore

Page 13 of 81

Tender(s) not accompanied by full earnest money, in the requisite manner, as aforesaid, shall under no circumstances be entertained and will summarily be rejected at the time of opening itself without further reference to the tenderer(s).

iii) APPROPRIATION TOWARDS SECURITY DEPOSIT: If his tender is accepted this earnest money mention in sub clause (a) above will retained as part security

for the due and faithful fulfillment of the contract in terms of clause 16 of the General Condition of Contract.

iv) REFUND: (a) The Earnest Money of the tenderer(s) whose tender(s) have not been accepted, shall save as herein

provided, be returned to them but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in their possession.

(b) No interest will be payable on the Earnest Money. (c) Earnest money deposited in cash shall be refunded by a cheque drawn in favour of the tenderer and sent

to him by Registered Post at the address of the tenderer given by him in the “FORM OF TENDER” contained as Chapter `V’ of the tender document The cheques may be drawn on Reserve Bank of India or on State Bank of India, as indicated by the Tender(s) in the aforesaid “FORM OF TENDER”.

(d) In case of the Earnest Money deposited through other instruments, the relevant instruments, duly released shall be sent to the tenderer(s) at the address given by him in these tender documents, by Regd. Post A/D.

(e) The Railway shall not be responsible for any postal delays or other causes beyond its control. v) FORFEITURE (a) It shall be understood that these documents have been issued to the tenderer(s) and the tenderer is

permitted to tender in consideration of the stipulations on his part that after submitting his tender, he will not resile from his offer or modify the rates, terms and conditions thereof in a manner not acceptable to the Railway. Should the Tenderer fail to observe or comply with the said stipulations full amount of Earnest Money shall be forfeited by the Railway.

(b) Further, if any modification of rates, terms and conditions is made by the Tenderer after opening but within the period of validity of the tender and the Railway accepts this tender without those modifications and the letter of acceptance is issued to the tenderer without such modifications, and tenderer refuses to accept the award of contract, the total Earnest Money shall be forfeited.

(c) Full earnest money is liable to be forfeited in case any statement, declaration made by the tenderer is proved wrong/false/incomplete/or such as to withhold any information relevant to the consideration of the tender.

(d) In the event of tenderer(s), whose tender is accepted, resiles from the contract after issue of letter of acceptance or fails to commence the work within 15(Fifteen) days of issue of letter of acceptance or handing over of the site, which ever is late, the provisions contained in clause 62 of GCC - 2008 shall be applicable.

vi) MODE OF PAYMENT: The total Earnest Money as stipulated in these documents, may be paid by the tenderer in any one of the following, and no other, forms:

(a) Deposit in cash with Divisional Cashier/East Central Railway, Sonepur or Danapur and to attach the money receipt obtained thereof with the tender documents.

(b) Deposit receipts, pay orders or demand drafts executed by State Bank of India or any of the Nationalized Bank or by a scheduled bank.

(c) Deposit receipts executed by the schedule Banks (other than the State Bank of India and the Nationalized Bank.) approved by the Reserve Bank of India for this purpose. The Railways will not, however, accept deposit receipt without getting in writing the concurrence of the Reserve Bank of India.

vii) Tender without Earnest Money: Tender(s) not accompanied full Earnest Money, in the requisite manner, as aforesaid, shall under no circumstances be entertained and will summarily be rejected at the time of opening itself without further reference to the tenderer(s).

6A. GENERAL INSTRUCTIONS FOR COMPLETING TENDER DOCUMENTS: i. The tenderer shall submit, as his tender, all these documents intact, without severing detaching, defacing

or removing any part thereof. After completing these documents, The tenderer(s) shall sign each page of these documents, before submission, intact, without severing, detaching, defacing or removing any part thereof, as per instructions contained in these documents.

ii. Tender form containing over writings, scribbling, and erased rates and/or rate-not shown in words are liable to be rejected .In case of any discrepancy in rates shown in figures and words being noticed, the accepting authority may at his discretion accept the lower of the two.

iii. The tenderer must completely and carefully fill up the letter entitled “FORM OF TENDER” i.e. Chapter `V’ of these documents.

Page 14 of 81

iv. The Tenderer shall not leave any space blank, where he is expected to make any entry. v. Eligibility Criteria: Applicable for tender value above Rs.50.00 lakhs. Wherever Eligibility Criteria is

specified in the tender notice, the tenderer shall submit specific details of work executed and payment received thereof along with relevant documents which make him eligible for tendering. If the tenderer gives any wrong information or suppresses any material fact to cover his eligibility, his tender will be summarily rejected.

vi. False / Incomplete statement: Any statement/declaration made by the Tenderer, if proved wrong or false or incomplete or such as to withhold any information relevant to the award of the tender, at any stage of the tender or in the event of his tender having been accepted at any stage of the contract, shall tender his/their tender(s)/contract(s) liable to be cancelled/rescinded, in addition to the followings:

a. If such statement is found at the tender stage, his total earnest money shall be forfeited. b. In case such a statement is found at the contract stage rights available to the Railways under

clause 62 of the GCC-2008 shall applicable. vii. Cancellation of document etc.:

The cancellation or amendment of any documents such as power of attorney, partnership deed etc. should be forthwith communicated by the tenderer/contractor to the Railway in writing, failing which the Railway shall have no responsibility or liability for any action taken on the strength of the documents available with the Railway.

6B. Care In Submission of Tenders : (a) Before submitting a tender, the tenderer will be deemed to have satisfied himself by actual

inspection of the site and locality of the works, that all conditions liable to be encountered during the execution of the works are taken into account and that the rates he enters in the tender forms are adequate and all inclusive to accord with the provisions in Clause-37 of the General Conditions of Contract for the completion of works to the entire satisfaction of the Engineer.

(b) When work is tendered for by a firm or company of contractors, the tender shall be signed by the individual legally authorized to enter into commitments on their behalf.

(c) The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor.

7A. QUOTATIONS OF RATES: 28 i) The tenderer shall fill in his rates for doing this work on the prescribed page/sheet of the chapter VI of

these documents. Rebate, if any should be quoted in Schedule “D” as contained in Chapter VI. Various items of the works covered under this work have been detailed in Schedule A-I to B- C-II which includes six annexures viz. Schedule of Items: The tenderer shall fill in his rates for doing this work on the prescribed page/sheet of the chapter VI of these documents. Rebate, if any should be quoted in Schedule “D” as contained in Chapter VI. Various items of the works covered under this work have been detailed in Schedules A-I toC-III’ which includes annexures viz viz. A-I(for schedule A-I), B-I (for schedule B-I), B-VI (for schedule B-VI), B-XII (for schedule B-XII),C-I (For schedule C-I),C-II (for schedule C-II) enclosed in chapter VI of this tender documents enclosed in chapter VI of this tender documents..Rates shall have to be quoted as percentage above or below for each schedule separately. Tenderers must not quote item wise rates. In case any tenderer quotes unified percentage for each schedule and also quotes item wise rates against individual items, no cognizance would be taken for the item wise rates quoted by the tenderers. However, railways reserves the right to cancel any tender wherein item wise rates has been quoted.

Tenderer should quote their rate after careful study of the tender documents and site conditions, with full understanding of the implications thereof.

ii) The Railway Administration reserves the right to modify any or all the schedules whether it is to increase or to decrees the scope of the work including / deletion of any item(s). The Tenderer shall not be entitled to any revision of rates due to such increase/decrease in quantities of items. The payment shall be made on the basis of actual quantities executed under various item(s) and the accepted rates thereof, and not on the quantities mentioned in various schedules.

iii) FLUCTUATION IN MARKET RATES : The rates quoted by the Tenderer(s) and accepted by the Railway Administration shall hold good till the

completion of the work and are not subjected to fluctuation(s) of any kind, save and except what is admissible under the Price Variation Clause contained in these documents.

iv) RATES TO INCLUDE ALL TAXES : The rates quoted shall be inclusive of all fees duties, royalties, rent and compensation to owners for surface damages or taxes and impositions payable to local authorities in respect of land, structures and all material supplied for the work or other duties of expenses for which contractor may become liable or may be put to under any provision of law for the purpose of or

Page 15 of 81

in connection with the execution of the contract, and all such other incidental charges or contingencies as may have been specially provided for in the specifications.

However, change of rate of statutory taxes of the State/Central Government and levy of any new type of such statutory tax after the date of dropping of tender shall be on Railway account.

If any Entry Tax is leviable, the same should be paid by Supplier/Contractor and reimbursement will be done by Railways on production of documentary evidence. This will be applicable only when price quoted by firm does not include Entry Tax.

v) The tenderer(s) should quote his single rate for each schedule taking into consideration estimated rate, quantity of each and every item of schedules, all the conditions of these documents and the Special Conditions mentioned in the various schedules. For works to be done under schedule “B”, the basic rates are those given in L&M Schedule of E.C. Railway, USSOR’2012.

vi) RATES IN FIGURES AS WELL AS IN WORDS: The Tenderer(s) are required to quote their rate and all other figures, having financial implications

wherever occurring in these documents, in numerals as well as in words. In case of difference between the two, the lower of the two shall be taken in to account for all-purposes connected with this tender,

7B. Two Packets System of Tendering : The procedure detailed below shall be adopted for dealing with

‘Two Pockets System’ of Tendering : 7B.1 With a view to assess the tenders technically without being influenced by the financial bids, 'Two Packets

System of tendering' shall be adopted. In this system, the tenderers shall submit their quotations/offers in two sealed envelopes; with one cover containing the Technical & Commercial offers and the other cover containing the Financial Bids. The first packet shall be with the objective of scrutinizing the capability, possession of appropriate machinery & equipments, financial strength, experience etc. of the tenderers.

7B.2 The technical details and commercial conditions shall be read out before the tenderers or their

representatives at the time of opening of tenders and the same shall be evaluated by the Tender Committee. If the offers are found acceptable by the competent authority (as prescribed by Railway Board from time to time for the estimated value of tender invited), the second packet shall be opened and the tenders shall be processed for finalisation in the normal manner.

7B.3 However, if on the basis of information contained in the first packet, the Tender Committee needs

clarification regarding designs, specifications etc.; discussions shall be held with each individual party/ tenderer after obtaining approval of the Competent Authority.

(Authority:- Rly. Bd’s letter No. 94/CE-I/CT/4/Pt.17, Dated. 13.08.2012). 8. REBATE:

i) If any tenderer(s) wishes to give any rebate on the rates quoted by him, the same shall be quoted by him in schedule-“D” of these documents. It is to be noted that such rebate, if offered, shall apply in all the schedules (other than schedule-”D”) of these tender documents. Such a rebate shall be totally unconditional.

ii) In case a tenderer does not wish to give any rebate, he should write NIL in the schedule ”D”. In case nothing has been quoted by the tenderer in schedule-“D” and the space is left blank, it will be treated as “NIL” and shall be so recorded (in the schedule-“D”) at the time of opening of the tender.

iii) If any tenderer(s) gives any conditional rebate, such rebate shall not be considered for evaluation of the tender, although the Railway may avail of the same in case the tender is awarded to such a tenderer(s).

9. PURCHASE PREFERENCE: Not Applicable. 10. SUBMISSION OF TENDER :

i) Tender must be placed in sealed envelope super-scribed with the tender number, name of work and date and place of opening and should be submitted in the office of CAO/Con/EC Rly. Mahendrughat,Patna and Dy.CE/Con/ DNR on or before the date of opening of the tender.

ii) Tender, sealed and super-scribed as mentioned above, can also be sent by Registered Post to the above named office, provided that, no tender received after the time and date specified above for closing of tender box, shall be considered. Railway shall not be responsible for Postal delays.

iii) The requisite total Earnest Money as per chapter –I should be submitted in requisite manner along with the tender documents without which tender shall be summarily rejected and rates quoted will not be read out.

iv) Late tenders / delayed tenders: Offers shall be dealt with as per extent rules of Railways, and the tenderer(s) shall have no right of consideration of such a tender (s).

11. SPECIAL CONDITIONS BY TENDERER (S)

Page 16 of 81

(i) The tenderer(s) is, normally, not expected to make any special condition / stipulation of his own and is expected to submit his tender in accordance with the conditions / stipulations contained in these documents. If, however, the tenderer (s) wishes to make any special condition/stipulations or wishes to intimate the Railway about any matter of important, he may do so in a covering letter. The accepting authority reserves the right to or, not to accept any such special stipulations and conditions made by the tenderer and may reject the tender(s) as unacceptable without any reference to the tenderer(s) or may ask the tenderer to withdraw any or all such stipulations before awarding the contract and in the event of his refusals to do so, may not accept his tender.

(ii) In case, any special conditions and/or stipulations are made by the tenderer, he shall also indicate, along with such conditions/stipulations, the cost of withdrawal of the same. The accepting authority reserves the right, either to accept the conditions/stipulations made by the tenderer or the cost thereof, at its sole discretion. If such cost is not indicated, it will be construed that the tenderer(s) is not in a position to withdraw these conditions at any cost and tender may be adjudged accordingly without any reference to tenderer(s).

The detail shall be furnished in performa given in Annexure VIII. 12. OPENING OF TENDER:

Tenders will be opened in public at the scheduled time and place. The date and time of opening may be postponed at the sole discretion of the Railway, if circumstances so warrant. Tenderer(s) or their authorized representatives are allowed to participate in the opening. They shall sign the statement prepared as a result of witnessing of opening of tender(s).

13. CLARIFICATION OF BIDS SUBMITTED: To assist in the examination, evaluation and comparison of tenders, the Railway or its authorized person may ask the tenderer(s) for clarification(s), if any needed, for such examination, evaluation and comparison. The request for such clarification etc and the response thereof shall be in writing. Railway may conduct a pre-bid meeting/conference for clarifications and obtaining suggestions from prospective tenderers for which, date and venue shall be notified.

i). INSPECTION OF DATA: Copies of drawing and other information for the work, relevant to this tender, may be inspected in the

office of the Chief Admin. Officer (Con) / East Central Railway, Mahendrughat, Patna 800 004 or Dy.Chief Engineer (Con)/ DNR, East Central Railway, on any working day during office hours.

ii) INSPECTION OF SITE: Tenderer must acquaint himself, at his own responsibility, risk and expense, with all information of the site(s)

of work(s) and their neighborhoods, actual working and other prevalent conditions, laws/regulations, availability and suitability of local labourers, materials, surface and sub soil condition, accessibility of site(s) of work(s) sources and availability of water, electricity, camp site, market, banking facilities etc. and all such possible factors as have bearing on rates and progress of the work under this tender and should be taken all this factors into consideration before submitting this tender.

14. PERIOD OF VALIDITY OF TENDER: The Tenderer(s) shall keep the offer open for a minimum period as stated in Chapter- I from the date of opening of the tender within which the Tenderer(s) cannot withdraw or modify his offer. The Railway Administration may request the Tenderer(s) to extend the validity. The earnest money referred to in this chapter is for the performance of the stipulation to keep the tender open for the aforesaid period. It shall be understood that the tender documents have been issued to the Tenderer(s) and the Tenderer(s) is permitted participate in the tender in consideration of the stipulation on his part that after submitting his tender, he will not resale from his offer or modify the same in any manner not acceptable to the Railway within the period of validity. Should the Tenderer fail to observe or comply with this stipulation; the Railways shall forfeit the full amount of Earnest Money.

15. TENDERER’S POSTAL ADDRESS: i) Every tenderer shall state in the tender, his complete postal address, E-Mail ID, name and contact numbers of

key personnel’s fully and clearly in Chapter - V- “Form of Tenders”. Any communication sent in time to the Tenderer by post at the said address shall be deemed to have reached the Tenderer duly and in time. Important documents shall be sent by Registered post.

ii) CHANGE OF ADDRESS: The Tenderer must keep the Railway informed of any change of address

during the currency of tender of work in his own interest.

15A. Partnership Deeds, Power of Attorney Etc.: The tenderer shall clearly specify whether the tender is submitted on his own or on behalf of a partnership concern. If the tender is submitted on behalf of a partnership concern, he should submit the certified copy of partnership deed along with the tender and authorization to sign the tender documents on behalf of partnership firm. If these documents are not enclosed along with tender documents, the tender will be treated as having been submitted by individual signing the tender documents. The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It

Page 17 of 81

may, however, recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor.

16. The tenderer whether sole proprietor, a limited company or a partnership firm if they want to act through agent or individual partner(s) should submit along with the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether he/they be partner(s) of the firm or any other person specifically authorizing him/them to submit the tender, sign the agreement, receive money, witness measurements, sign measurement books, compromise, settle, relinquish any claim(s) preferred by the firm and sign "No Claim Certificate" and refer all or any disputes to arbitration.

16A. TENDERS TO BE SIGNED BY AUTHORISED PERSONS: i). The Tender shall be signed by individual or individuals legally authorized to enter into commitments on

Behalf of the Tenderer(s). Any individual or individuals signing the tender documents or other documents Connected there with, should specify whether he is signing the said documents:-

a) As a Sole Proprietor of the firm or Attorney of the Sole proprietor. Or

b) As an authorized Partner of partnership firm Or c) As a Director, manager or secretary in a Limited company (duly authorized by a resolution

passed by the board of directors or in presence of the authority conferred by the memorandum of association).

d) In case of Joint Ventures/Consortium: all the constituents or the attorney duly authorized by all of them.

ii) In the case of a firm not registered under the Indian partnership act, all the partners or the attorney duly authorized by all of them, should sign the tender documents and all other concerned documents.

iii) Requisite power of attorney or such other documents empowering the individual or the individuals to sign the Tender document should be furnished in original, along with the Tender.

iv) The Railway shall not be bound by any Power of Attorney granted by the Tenderer or by changes in the composition of the firm made subsequent to the execution of the Contract agreement. It may, however, recognize such Power of Attorney and changes, after obtaining legal advice to the satisfaction of the Railway, the cost of which will be borne by the Tenderer.

17. CONDITIONS FOR PARTICIPATION OF JOINT VENTURE FIRMS IN WORKS TENDER FOR TENDERS OF VALUE MORE THAN 10 CRORE

17.1 Separate identity/name shall be given to the joint venture firm. 17.2

Number of members in a JV firm shall not be more than three if the work involves only one department (say Civil or S&T or Electrical or Mechanical ) and shall be not be more than five if the work involves more than one department.

17.3 A member of JV firm shall not be permitted to participate either in individual capacity or as a member of another JV firm in the same tender.

17.4 The tender form shall be purchased and submitted only in the name of the JV firm and not in the name of any constituent member

17.5 The Joint Venture firm shall be required to submit Earnest money Deposit along with the tender in terms of the provisions contained in para 5 (earnest Money) of Part-I of GCC..

17.6 One of the member of the JV firm shall be its lead members who shall have a majority (at least 51%) share of interest in the JV firm and also, must have satisfactorily completed in the last three previous financial years and the current financial year upto the date of opening of the tender, one similar single work for a minimum value of 35% of advertised tender value. The other members shall have a share of not less than 20% each in case of JV firms with up to three members and not less than 10% each in case of JV firms with more than three members. In case of JV firm with foreign member(s), the lead member has to be an Indian firm with a minimum share of 51%.

17.7 A copy of Memorandum of understanding (MOU) executed by the JV members shall be submitted by the JV firm along with the tender. The complete details of the members of the JV firm, their share and responsibility in the JV firm etc. particularly with reference to financial technical and other obligations shall be furnished in the MOU. (The MOU format for this purpose shall be finalized by the railway in consultation with their law branch and shall be enclosed along with the tender).

17.8 Once the tender is submitted, the MOU shall not be modified/altered/terminated during the validity of the tender. In case the tenderer fails to observe /comply with this stipulation, the full Earnest Money Deposit (EMD) shall be liable to be forfeited.

Page 18 of 81

17.9 Approval for change of constitution of JV firm shall be at the sole discretion of Employer (Railways). The constitution of the JV firm shall not be allowed to be modified after submission of the tender bid by the JV firm except when modification becomes inevitable due to succession laws etc. and in any case the minimum eligibility criteria should not get vitiated. However the Lead Member shall continue to be the Lead Member of the JV firm. Failure to observe this requirement would render the offer invalid.

17.10 Similarly, after the contract is awarded, the constitution of JV firm shall not be allowed to be altered during the currency of contract except when modification become inevitable due to succession laws etc and in any case the minimum eligibility criteria should not get vitiated. Failure to observe this stipulation shall be deemed to be breach of contract with all consequential penal action as per contract conditions.

17.11 On award of contract to a JV firm, a single Performance Guarantee shall be submitted by the JV firm as per tender conditions. All the guarantee like Performance Guarantee, Bank Guarantee for Mobilization advance, Machinery advance etc. shall be accepted only in the name of JV firm and no splitting of guarantees amongst the members of the JV firm shall be permitted.

17.12 On issue of LOA(Letter of acceptance), an agreement among the members of the JV firm (to whom the work has been awarded) shall be executed and got registered before the Registrar of the Companies under Companies Act, or before the Registrar/Sub-Registrar under the Registration Act, 1908. This JV agreement shall be submitted by the JV firm to the Railways before signing the contract agreement for the work. In case the tenderer fails to observe/comply with this stipulation, the full Earnest Money Deposit (EMD) shall be forfeited and other penal actions due shall be taken against partners of the JV and the JV. This joint venture agreement shall have, inter-alia, following clauses:

17.12.1 Joint and several liability – The members of the JV firm to which the contract is awarded, shall be jointly and severally liable to the Employer (Railways) for execution of the project in accordance with General and Special Conditions of the Contract. The JV members shall also be liable jointly and severally for the loss, damages caused to the Railways during the course of execution of the contract or due to non execution of contract or part thereof.

17.12.2 Duration of the Joint Venture Agreement – It shall be Valid during the entire currency of the contract including the period of extension, if any and the maintenance period after the work is completed.

17.12.3 Governing laws – The joint venture agreement shall in all respect be governed by and interpreted in accordance with Indian Laws.

17.13 Authorized Member – Joint venture members shall authorize one of the members on behalf of the joint venture firm to deal with the tender, sign the agreement or enter into contract in respect of the said tender, to receive payment, to witness joint measurement of work done, to sign measurement books and similar such action in respect of the said tender/contract. All notices/correspondences with respect to the contract would be sent only to this authorized member of the JV firm.

17.14 No members of the Joint Venture shall have the right to assign or transfer the interest right or liability in the contract without the written consent of the other members and that of the employer (Railways) in respect of the said tender/contract.

17.15 Documents to be enclosed by the JV firm along with the tender. 17.15.1 In case one or more of the members of the JV firm is /are partnership firm(s), following documents shall

be submitted : (a) Notary certified copy of the Partnership Deed, (b) Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper of appropriate

value (in original). (c) Power of Attorney (duly registered as per prevailing law) in favour of one of the partners of the

partnership firm to sign the JV Agreement on behalf of the partnership firm and create liability against the firm.

17.15.2 In case one or more members is/are Proprietary Firm or HUF the following documents shall be enclosed. Affidavit on Stamp paper of appropriate value declaring that his/she concern is a Proprietary Concern and he/she is sole proprietor of the Concern or he is in position of “KARTA” of Hindu Undivided Family (Huf)and he /she has the authority, power and consent given by other partners to act on behalf of HUF.

17.15.3 In case one or more members is/are limited companies the following documents shall be submitted : 1. Notary certified copy of resolution of the Directors of the Company, permitting the company to

enter into a JV agreement, authorizing MD or one of the Directors or Managers of the Company to sign JV agreement, such other documents required to be signed on behalf of the Company and enter into liability against the company and/or do any other act on behalf of the company.

2. Copy of Memorandum and articles of Association of the company. 3. Power of Attorney (duly registered as per prevailing law) by the company authorizing the person to

do/act mentioned in the Para (a) above. 17.15.4 All the members of the JV shall certify that they are not black listed or debarred by Railways or any

Page 19 of 81

other Ministry/Department/PSU (Public sector or undertaking) of the Govt. of India/State Govt. from participation in tenders/contract on the date of opening of bids either in their individual capacity or as a members of the JV firm or JV firm in which they were/are members.

17.16 Credentials & Qualifying criteria : Technical and financial eligibility of the JV firm shall be adjudged based on satisfactory fulfillment of the following criteria:

17.16.1 Technical eligibility criteria:(a or b mentioned hereunder):- (a) Either the JV firm or Lead member of the JV firm must have satisfactory completed in the last three previous financial years and the current financial year up to date of opening of the tender, one similar single work for a minimum of 35% of advertised value of the tender.

OR (b)(i)In case of composite works (e.g. works involving more than one distinct component ,such as Civil Engineering works, S&T works, Electrical works, OHE works etc. and in the case of major brides, substructure and superstructure etc.), for each component, at least 35% of the value of any of such component individually for single similar nature of work should have been satisfactorily completed by the JV Firm or by any member of the JV Firm in the previous three financial years and the current financial year up to the date of opening of tender. The member satisfying technical eligibility criteria for the largest component of the work shall be the lead member and that member shall have a majority (at least 51%) share of interest in the JV firm. (ii) In such cases, what constitutes a component in a composite work shall be clearly pre-defined with estimated tender cost of it,as part of the tender documents without any ambiguity. Any work or set of works shall be considered to be a separate component, only when cost of the component is more than Rs.2 Crore each. (iii)However, as long as the JV firm or any member of the JV firm meets with the requirements, in one or more components of the work, and has completed a minimum of 35% of the advertised value of the tender for the same value of the component, and resultantly, all the members of JV collectively, then meet the prescribed technical eligibility criteria, the JV shall stand technically qualified. NOTE: Value of a completed work done by a Member in an earlier JV firm shall be reckoned only to the extent of the concerned member’s share in that JV firm for the purpose of satisfying his/her compliance of the above mentioned technical eligibility criteria in the tender under consideration.

17.16.2 Financial eligibility criteria: The contractual payments received by the JV firm or the arithmetic sum of contractual payments received by all the members of JV firm in the previous three financial years and the current financial year up to the date of opening of tender shall be at least 150% of the estimated value of the work as mentioned in the tender. NOTE: Contractual payment received by a Member in an earlier JV firm shall be reckoned only to the extent of the concerned member’s share in that JV firm for the purpose of satisfying compliance of the above mentioned financial eligibility criteria in tender under consideration. (Authority:- Rly. Bd’s letter No. 2002/CE-I/CT/37, Dated. 07.09.2011).

18. EX. RAILWAY OFFICERS AS TENDERER (S): Should a Tenderer be, himself, a retired employee having held a Gazetted rank in any of the Railways, owned and administered by the President of India, or should a Tenderer, being a partnership firm, have, as one or more of its partners, such retired employee(s) as aforesaid, or, should the Tenderer being an incorporate company, have any such person(s) as aforesaid, as sits Director(s), or, should the tenderer have, in his employment, any person(s), as aforesaid, full information of such person(s) shall be submitted in Annexure – III to this Chapter of these Tender documents. Further, in cases, where such a person(s), as aforesaid, has retired from the Railway service within two years of the date of opening of the Tender, the Tenderer(s) shall furnish a copy of the permission of the President of India, permitting such a person(s), as aforesaid, to associate himself with the Tenderer(s), in any of the capacity as aforesaid, in the aforesaid Annexure-III

i) TENDERER (S) RELATIVE EMPLOYED AS GAZETTED OFFICER In case of a Tenderer(s) being an individual having a relative(s) employed in any Gazetted capacity in the

East Central Railway or in the case of partnership firm/or company incorporated under the Indian Company law, should any partner(s) /Director(s) or relatives of the partner(s) / Director(s) or share holder (s), be employed in any Gazetted capacity in the East Central Railway, detailed information about such Gazetted employee(s) shall also be furnished in the aforesaid Annexure III of Chapter-III.

19. TESTIMONIALS: i. The tenderer(s) shall submit along with the tender(s), the particulars of all works awarded or taken up by him

for execution during the 3 years preceding the date of opening of this tender, irrespective of whether the same have been completed or are still continuing or were terminated, in the Performa enclosed as Annexure-I to this Chapter.

Page 20 of 81

ii. The figures of cost indicated in the Performa at Annexure-I will not include the cost of materials supplied free of cost by the client to contractor.

iii. The said Performa should be filled up by the tenderer in respect of all the works done by him, whether for the Railways or for any other client.

iv. The tenderer shall submit photocopies of certificates and testimonials from the clients/departments to establish the correctness of the data given by him in the aforesaid Performa, and also certificates certifying satisfactory Performance and completion of works. The Railway reserves the right to verify the correctness of such data in such a manner they considered fit and appropriate.

v. The details of contractual receipts shall be filled in Performa as per annexure –II. vi. The tenderer(s) shall also enclose bank certificates showing the financial stability to undertake work of

such magnitude as is covered by this tender. vii. The tenderer(s) shall also submit a list of court cases filed and number of arbitration cases in progress as

demanded by him from the Railway or other clients during the 5 years preceding the date of opening of this tender as per Annexure-IV & V of Chapter-III. In the event of the tenderer not giving this information the railway shall compile such data in the said format from available records and the tenderer(s) shall have no right to question the correctness or completeness of such data and Railways may not consider the offer itself as it will amount to incompletely filled tender form.

20. LIST OF EQUIPMENTS/TOOLS, TECHNICAL PERSONNELS: The tenderer(s) shall submit list of equipments/tools with him and the list of technical personals in Performa given in Annexure-VI & VII of Chapter-III. The tenderer(s) should also submit a specific detail along with tender indicating list of personnel and plant and machinery (owned and hired separately) proposed to be deployed for the subject work. The tenderer(s) without this information may be treated as if the tenderer(s) has no organization and no equipments and tender will be judged accordingly.

21. SALES TAX CLEARANCE CERTIFICATE: Tender should be accompanied by the up to date Sales Tax Clearance Certificate in From XXXVIII or any other appropriate stipulated format, issued by the appropriate Commercial Tax Officer in favour of the Company, the firm or the tenderer(s) as the case may be, in respect of all works contract or purchase contract to be executed in West Bengal, Bihar, Jharkhand, U.P. and M.P. area. Tender without such certificate may not be considered, and if at all considered, it will be necessary to produce such certificate before any payment is made for executed works and the Contractor shall have no claim in this regard for non-payment for works done in absence of a certificate. Sales tax may be recovered from contractors running bills.

22. NEGOTIATION: i) The accepting authority reserve the right to enter into negotiations with the L-1 or more (in special case)

tenderer(s) before acceptance of the tender in order to clarify special conditions or reduction of rates, or, for changes in scope of the work etc, at its sole discretion.

ii) L-1 should be defined as the lowest, valid, eligible and technically acceptable tenderer. iii) In tenders, providing the “ purchase preference” in favour of PSUs, if the quoted rates of L-1 are

considered high and negotiation are resorted to, such negotiation may be held with the original L-1 as also the lowest PSU whose original offer is not higher by more than 10% of the original L-1. Provision of Purchase preference in terms of PSUs will be applicable on negotiated offer.

iv) Should such negotiation with the tenderer(s) be entered into, the tenderer(s) shall not be permitted to increase their quoted rates under any circumstances, even if it includes withdrawal / modification of such special conditions as are given by the tenderer(s) along with their original tender.

23. ACCEPTANCE OF TENDER: i) The accepting authority, reserves the right to divide the tender amongst more than one Tenderers, if

deemed necessary, and also to reject any or all tenders received without assigning any reason and does not bind himself to accept the lowest or any other tender.

ii) The accepting authority reserves the right to split up the work without reference to the tenderer(s) and may accept the tender in respect of any portion of the work.

24. LETTER OF ACCEPTANCE: i.) The acceptance of the tender shall be communicated by Registered Post with A/D at the address given by

the Tenderer in these tender documents. The letter of acceptance will remain operative till a formal Contract / Agreement is executed and signed by and between the Contractor and competent officer of the Railway, for and on behalf of the President of India, after which the letter of acceptance will merge in the said formal agreement.

ii) The Railway shall not intimate to the tenderer(s) whose tenders have not been accepted and the result of their tender(s). However, Earnest Money will be refunded as per clause 5(iv) above.

25. AGREEMENT:

Page 21 of 81

(i) The Railway shall prepare the agreement and intimate the contractor of its preparations whereupon the contractor shall sign the same within seven days of the receipt of the intimation.

(ii) The agreement can be drawn only after the contractor deposits the requisite amount of Performance Guarantee (P.G) in the requisite form as mentioned vide item No. 28(b) of this chapter.

(iii) This contract agreement shall be entered into by the Railway with the Contractor(s) on the explicit understanding that the contractor(s) shall abide by all the conditions of these documents and that their implications had been fully understood by the contractor before tendering for this work.

(iv) A photo copy of PAN card issued by Income Tax Department in the name of firm/contractual agency in any form (viz. individual, proprietorship, JV/Consortium etc) should be submitted at the time of entering into agreement with the Railway.

26. SECURITY DEPOSIT BY CONTRACTOR i) The Contractor shall furnish total Security Deposit including initial security deposit, at the rate mentioned

in clause 16(2) of the GCC:-2008 which shall be 5% of the contract value. ii. The total Earnest Money of the tenderer shall be adjusted to Initial Security Deposit which will merge

with the total Security Deposit. Remaining Security Deposit/rate shall be recovered as under:- (a) The rate of recovery shall be at the rate of 10% of the bill amount till the full security deposit is recovered. (b) For works contract of value less than Rs. 50.00(Fifty) Crore :- Security Deposits will be recovered

only from the running bills of the contract and no other mode of collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards Security Deposit.

(c) For works contract of value equal to or more than Rs. 50.00(Fifty) Crore:- Security Deposits may be accepted in form of irrevocable Bank Guarantee, however in case of risk and cost tenders Security Deposit shall be recovered only from running bills.(Note:- SD will not be deducted from RA bills provided prior Bank Guarantee Bond equivalent to requisite SD is submitted. However, refund of SD once deducted from RA bills shall not be made against submission of equivalent BG Bond at later/subsequent stage).

27. Penalty for failure of Railway PSUs : Not Applicable In the event of the failure of the Railway PSU to successfully execute the contract as per terms & conditions laid down in the agreement, a penalty equivalent to 5% of the original value of contract would be levied.

28. Performance Guarantee (P.G) (a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and up to 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days, i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work.

(b)The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms, amounting to 5% of the contract value:( In case of Risk and Cost tenders the failed contractor/JV who’s any partner is the failed contractor will have to submit Performance Guarantee amounting to 10% of the contract value.)

(i) A deposit of Cash; (ii) Irrevocable Bank Guarantee; (iii) Government Securities including State Loan Bonds at 5% below the market value; (iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Banks; (v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks; (vi) A Deposit in the Post Office Saving Bank; (vii) A Deposit in the National Savings Certificates;` (viii) Twelve years National Defence Certificates; (ix) Ten years Defence Deposits; (x) National Defence Bonds and (xi) Unit Trust Certificates at 5%below market value or at the face value whichever is less. Also,

FDR in favour of FA&CAO(free from any encumbrance) may be accepted. NOTE: The instruments as listed above will also be acceptable for Guarantees in case of Mobilization Advance. (c) The Performance Guarantee shall be submitted by the successful bidder after the Letter Of Acceptance (LOA) has been issued, as stated (a) above. This P.G. shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of P.G. extended to cover such extended time for completion of work plus 60 days.

Page 22 of 81

(d) The value of PG to be submitted by the contractor will not change for variation upto 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional Performance Guarantee amounting to 5%(five percent) for the excess value over the original contract value shall be deposited by the contractor." (e) The Performance Guarantee (PG) shall be released after physical completion of the work based on 'Completion Certificate' issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The Security Deposit shall, however, be released only after expiry of the maintenance period and after passing the final biII based on 'No Claim Certificate' from the contractor. (f)Whenever the contract is rescinded, the Security Deposit shall be forfeited and the Performance Guarantee shall be encashed. The balance work shall be got done independently without risk & cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a Partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work in his/her individual capacity or as a partner of any other JV/partnership firm. (g) The engineer shall not make a claim under the Performance Guarantee except for amounts to which the President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of : (i)Failure by the contractor to extend the validity of the Performance Guarantee as described herein above, in which event the Engineer may claim the full amount of the Performance Guarantee. (ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clauses/Conditions of the Agreement, within 30 days of the service of notice to this effect by Engineer. (iii) The Contract being determined or rescinded under provision of the GCC, the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India. Pro-forma for Bank Guarantee Bond is available at Annexure XI of Chapter-III.

29. REFUND OF SECURITY DEPOSIT Security Deposit shall be released after the physical completion of the work and the expiry of the maintenance period and after processing of the final bill based on “No claim certificate”. The Competent Authority to release security deposit shall normally be the authority who is competent to sign the contract if this Competent Authority is of the rank lower than JA Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The certificate, inter-alia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractors and that there is no due from the contractor to Railways against the contract concerned. Before releasing the SD, an unconditional and unequivocal no claim certificate from the contractor concerned should be obtained. For works which have been physically completed but maintenance period is not over: Security Deposit recovered from the running bills of the contractors can be returned to the contractor if he so desirers, in lieu of FDR/Irrecoverable bank Guarantee for equivalent amount to be submitted by him after the physical completion of the work as certified by the Competent Authority. This bank guarantee shall be initially valid up to the stipulated maintenance period plus 60 (Sixty) days beyond that. In case, maintenance period gets extended, the contractor shall get the validity of guarantee bond extended to cover such extended maintenance period plus 60 (Sixty) days. The Competent Authority shall normally be the authority who is competent to sign the contract if this Competent Authority is of the rank lower than JA Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. No interest will be payable on the Security Deposit.

30. REFUND OF Performance Guarantee (P.G) The Performance Guarantee (P.G) shall be released after satisfactory completion of work based on the ‘Completion Certificate’ as issued by the Competent Authority. The Competent Authority shall normally be the authority who is competent to sign the contract, if this Competent Authority is of the rank lower than JA Grade, and then a JA Grade Officer (concerned with the work) should issue the certificate. The certificate, inter-alia, should mention that the work has been completed in all respect and that all the contractual obligations have been fulfilled by the contractors and that there is no due from the contractor to Railways against the contract concerned. Before releasing the Performance Guarantee (P.G), an unconditional and unequivocal no claim certificate from the contractor concerned shall be obtained.

No interest will be payable on the Performance Guarantee (P.G).

31. SCOPE OF WORK & PAYMENTS THEREOF: (i) The Railway reserves the right to get the work executed in the best and most economical manner, and

may add or may not operate any item(s) of work(s) as the Railway may consider fit. (ii) The Contractor(s) is expected to use the latest technology and machinery and achieve a most efficient and

best quality finished construction.

Page 23 of 81

(iii) The Railway reserves the right to increase or decrease the scope of work and/or not to operate any one or more of the item(s) or work(s) of any one or more of the various Schedules. It is the responsibility of the Contractor to ascertain from the Engineer-in charge, the items to be operated with their actual quantities before making any arrangements(s) for taking up work under the item(s). No claim, whatsoever, from the Contractor will be entertained for non-operation of any of the item(s) or for variation in quantity of any of the item(s).

(iv) The payment shall be made on the basis of actual quantities executed under various item(s) and the accepted rates thereof, and not on the quantities mentioned in the various schedules.

(v) Terms & Conditions of payment through ECS/EFT i) Tenderer to give consent in a mandate form for receipt of payment through ECS/EFT. ii) Tenderer to provide the details of Bank A/c in line with RBI guidelines for the same. These

details will include Bank Name, Branch Name & Address, Account type, Bank A/c No. and Bank & Branch Code as appearing on MICR cheque issued by bank.

iii) Tenderer to attach certificate from their bank certifying the correctness of all above mentioned information (as mentioned in Para (ii) above)

iv) In case of non-payment through ECS/EFT or where ECS/EFT facility is not available, payment will be released through cheque.

32. VARIATION BEYOND +25% OVER AGREEMENTAL QUANTITY & ITS PAYMENT 32.1. Modification To Contract To Be In Writing: In the event of any of the provisions of the contract requiring

to be modified after the contract documents have been signed, the modifications shall be made in writing and signed by the Railway and the Contractor and no work shall proceed under such modifications until this has been done. Any verbal or written arrangement abandoning, modifying, extending, reducing or supplementing the contract or any of the terms thereof shall be deemed conditional and shall not be binding on the Railway unless and until the same is incorporated in a formal instrument and signed by the Railway and the Contractor, and till then the Railway shall have the right to repudiate such arrangements.

32.2 Powers of Modification To Contract : The Engineer on behalf of the Railway shall be entitled by order in writing to enlarge or extend, diminish or reduce the works or make any alterations in their design, character position, site, quantities, dimensions or in the method of their execution or in the combination and use of materials for the execution thereof or to order any additional work to be done or any works not to be done and the contractor will not be entitled, to any compensation for any increase/reduction in the quantities of work but will be paid only for the actual amount of work done and for approved materials supplied against a specific order.

32.3.(i) Unless otherwise specified in the special conditions of the contract, the accepted variation in quantity of each individual item of the contract would be upto 25% of the quantity originally contracted, except in case of foundation work. The contractor shall be bound to carry out the work at the agreed rates and shall not be entitled to any claim or any compensation whatsoever upto the limit of 25% variation in quantity of individual item of works.

(ii) In case of earthwork, the variation limit of 25% shall apply to the gross quantity of earth work and variation in the quantities of individual classifications of soil shall not be subject to this limit.

(iii) In case of foundation work, no variation limit shall apply and the work shall be carried out by the contractor on agreed rates irrespective of any variation.

32.4. Valuation Of Variations : The enlargements, extensions, diminution, reduction, alterations or additions referred to in Sub-Clause (2) of this Clause shall in no degree affect the validity of the contract; but shall be performed by the Contractor as provided therein and be subject to the same conditions, stipulations and obligations as if they had been originally and expressively included and provided for in the Specifications and Drawings and the amounts to be paid there for shall be calculated in accordance with the accepted Schedule of Rates. Any extra items/quantities of work falling outside the purview of the provisions of Sub-Clause (2) above shall be paid for at the rates determined under Clause-39 of these Conditions.

32.5 1. Individual NS items in contracts shall be operated with variation of plus or minus 25%and payment would be made as per the agreement rate. For this, no finance concurrence would be required. 2. In case an increase in quantity of an individual item by more than 25%of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125%of the agreement quantity subject to the following conditions: (a) Operation of an item by more than 125%of the agreement quantity needs the approval of an officer of the rank not less than S.A. Grade; (i) Quantities operated in excess of 125%but up to 140%of the agreement quantity of the concerned item, shall be paid at 98%of the rate awarded for that item in that particular tender;

Page 24 of 81

(ii) Quantities operated in excess of 140%but up to 150%of the agreement quantity of the concerned item shall be paid at 96%of the rate awarded for that item in that particular tender; (iii) Variation in quantities of individual items beyond 150%will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96%of the rate awarded for that item in that particular tender. (b) The variation in quantities as per the above formula will apply only to the Individual items of the contract and not on the overall contract value. (c) Execution of quantities beyond 150%of the overall agreemental value should not be permitted and, if found necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of FA&CAO/ FA&CAO(C) and approval of General Manager. 3. In cases where decrease is involved during execution of contract: The contract signing authority can decrease the items upto 25%of individual item without finance concurrence. (b) For decrease beyond 25%for individual items or 25%of contract agreement value, the approval of an officer not less than rank of S.A. Grade may be taken, after obtaining 'No Claim Certificate' from the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities. (c) It should be certified that the work proposed to be reduced will not be required in the same work. 4. The limit for varying quantities for minor value items shall be l00%(as against 25%prescribed for other items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1%of the total original agreement value. 5. No such quantity variation limit shall apply for foundation items. 6. As far as SOR items are concerned, the limit of 25%would apply to the value of SOR schedule as a whole and not on individual SOR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate). 7 For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by the authority in whose powers revised value of the agreement lies. 8. For tenders accepted by General Manager, variations up to 125% of the original agreement value may be accepted by General Manager. 9. For tenders accepted by Board Members and Railway Ministers, variations up to 110% of the original agreement value may be accepted by General Manager. 10. The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided. In case of vitiation of the tender (both for increase as well as decrease of value of contract agreement), sanction of the competent authority as per single tender should be obtained. No Claim certificate for variation in quantities more than 25% is to be submitted by the contractor i.e. I/We are ready to execute the quantity of item exceeded more than 25% of the agreemental quantity of items and I/We have no claim for the exceeded quantity to the railway.

33. RECOVERY OF INCOME TAX Income Tax as per prevailing rate will be recovered of the gross amount of the each bill from all the bills of the contractor as per Income Tax Act, as introduced through the Finance Act-1972. A surcharge as per prevailing rate on the amount of Income Tax so deducted will also be recovered from the contractor’s bills. This is further subject for increase or decrease as per extant instructions in this regard.

34.(A) RECOVERY OF SALES TAX: For the work executed in the State of Bihar, Jharkhand, MP and UP, Sales Tax on Works Contract will be recovered at the source from the Gross amount of each bill of the contractor as applicable This is further subject to increase or decrease as per extant instructions/Act/ Rules in this regard.

34.(B) NEW STATUTORY TAXES: Extra/additional statutory taxes if any, is levied subsequent to the date of opening/negotiation of tender may be reimbursed on submission of proof of document depositing such taxes to the concerned States Govt. or Central Govt.

35. PRICE VARIATION CLAUSE: (A) GENERAL (i) Price variation clause shall be applicable only for tenders of value Rs. 50 lakh and more and shall not be

applicable to tender of value less than Rs.50 lakhs even though this clause may be provided in the tender document irrespective of the contract completion period.

(ii) If required, the percentages of various components, as details in para 5 of price variation clause in GCC may be varied by the concerned SA grade officer in consultation with concerned FA & CAO, keeping in view the special features and complexities of the work involved.

(iii) PVC is not applicable to the extra items (NS/USSOR) added/included during the progress of work. (iv) Price variation clause to the General Conditions of Contract as detailed under instructions mentioned

herein shall be applicable with prospective effect. 1. Price Variation Clause shall be applicable only for tenders of value as prescribed by the Ministry of

Railway through instructions/circulars issued from time to time and irrespective of the contract

Page 25 of 81

completion period. Materials supplied free of cost by Railway to the contractors shall fall outside the purview of Price Variation Clause. It, in any case, accepted offer includes some specific payment to be made to consultants or some materials supplied by Railway free or at fixed rate, such payments shall be excluded from the gross value of the work for the purpose of payment/recovery of price variation.

2. The Base Month for ‘Price Variation Clause’ shall be taken as month of opening of tender including extensions, if any, unless otherwise stated elsewhere. The quarter for applicability of PVC shall commence from the month following the month of opening of tender. The Price Variation shall be based on the average Price Index of the quarter under consideration.

3. Rates accepted by Railway Administration shall hold good till completion of work and no additional individual claim shall be admissible on account on fluctuations in market rates, increase in taxes/any other levies/tolls etc. except that payment/recovery for overall market situation shall be made as per Price Variation Clause given hereunder.

4. Adjustment for variation in prices of material, labour, fuel, explosives, detonators, steel, concreting, ferrous, non-ferrous, insulators, zinc and cement shall be determined in the manner prescribed.

5. Components of various items in a contract on which variation in prices be admissible, shall be Material, Labour, Fuel, Explosives, Detonators, Steel, Cement, Concreting, Ferrous, Non-ferrous, Insulator, Zinc, Erection etc. However, for fixed components no price variation shall be admissible.

6. The percentage of labour components, material component, fuel component etc. in various types of Engineering Works shall be as under.

Component Percentage Component Percentage (A) Earthwork Contracts:

Labour Components 50% Other Material Components 15% Fuel Components 20% Fixed Components * 15%

(B) Ballast and Quarry Products Contracts: Labour Components 55% Other Material Components 15% Fuel Components 15% Fixed Components * 15%

(C) Tunnelling Contracts: Labour Components 45% Detonators Components 5% Fuel Components 15% Other Material Components 5% Explosive Components 15% Fixed Components * 15%

(D) Other Works Contracts: Labour Components 30% Fuel Components 15% Material Components 40% Fixed Components * 15%

* It shall not be considered for any price variation.

7 The Amount of variation in prices in several components (labour material etc.) shall be worked out by the following formulae:

R X (l- l0) P (i) L = X

I 0 100 R X (W- W0) Q

(ii) M = X W 0 100 R X (F- F0) Z

(iii) U = X F 0 100 R X (E- E0) S

(iv) X = X E 0 100 R X (D- D0) T

(v) N = X D 0 100

(vi) Ms = O × (Bs - Bso) (vii) Mc = A × (Wc – Wco)/Wco

Page 26 of 81

Where- L = Amount of price variation in labour M = Amount of price variation in materials. U = Amount of price variation in fuel. X = Amount of price variation in explosives. N = Amount of price variation in detonators. Ms = Amount of price variation in steel Mc = Amount of price variation in cement. O = Weight of steel in tones supplied by the contractor as per the on account bill for the

month under Consideration. R = Gross value of the work done by the contractor as per on- account Bills excluding costs of

materials supplied by Railways free or at a fixed price minus the price values of cement and steel. This will also exclude specific, payment, if any, to be made to the consultants engaged by the contractors (Such payment will be indicated in the contractor’s offer).

A = Value of cement supplied by contractor as per on account bill in the quarter under consideration. I 0 = Consumer Price Index Number for Industrial Workers All India – published in RBI Bulletin for

the base period. I = Consumer Price Index number for industrial workers - All India- Published in RBI Bulletin for

the average price index of the 3 months of the quarter under consideration. Wo = Index Number of Wholesale Prices – By groups and subgroups- All commodities as published in

the R.B.I. Bulletin for the base period. W = Consumer Price Index Number of Wholesale Prices - By groups and Subgroups - All

commodities as published in the R.B.I. Bulletin for the 3 months of the quarter under consideration.

Fo = Index Number of Wholesale Prices – By groups and sub-groups for Fuel, Power, light and lubricants as published in the R.B.I. bulletin for the base period.

F = Consumer Price Index Number of Wholesale Prices - By groups and subgroups for fuel, power, light, and lubricants as published in the R.B.I. Bulletin for the 3 months of the quarter under consideration.

E o = Cost of Explosives as fixed by DGS&D in the relevant rate contract of the firm from whom purchase of explosives are made by the contractor for the base period.

E = Consumer Price Index of Explosive as fixed by DGS&D in the relevant rate contract of the firm from whom purchase of explosives are made by the contractor for the 3 months of the quarter under consideration.

Do = Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom purchase of detonators are made by the contractor for the base period.

D = Consumer Price Index of detonators as fixed by DGS&D in the relevant rate contract of the farm from whom purchase of detonators are made by the contractor for the 3 (three)months of the quarter under consideration.

Bs = SAIL’s (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (in rupees per ton) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the steel was purchased by the contractor (or) as prevailing on the first day of the month in which steel was brought to the site by the contractor whichever is lower.

Bso = SAIL’s ex-works price plus Excise Duty thereof (in rupees per ton) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the tender was opened.

Wco = Index No. of whole sale price of sub group (of cement) as published in RBI Bulletin for base period.

Wc = Index No. of whole sale price of sub group (of cement) as published in RBI Bulletin for the average price index of the 3 months of the quarter under consideration.

P = % of Labour component. Q = % of Material component. Z = % of Fuel component. S = % of Explosive component. T = % of Detonators component. 8 The demands for escalation of cost shall be allowed on the basis of provisional indices made available by

Reserve Bank of India. Any adjustment needed to be done based on the finally published indices shall be made as and when they become available.

9. Relevant categories of steel for the purpose of operating Price Variation formula, as mentioned in this Clause in this Clause, based on SAIL’s ex-works price plus Excise Duty thereof, shall be as under:

Page 27 of 81

SL Category of Steel Supplied IN Railway Works

Category of Steel Produced By Sail Whose Ex-Works Price Plus Excise Duty Would Be

Adopted To Determine Price Variation 1 Reinforcement bars and other rounds TMT 8mm IS 1786 Fe 415/Fe 500 2 All types and sized of angles Angle 65 × 65 × 6 mm IS 2062 E250A SK 3 All types and sized of plates PM Plates above 10-20 mm IS 2062 E250A SK 4 All types and sized of channels and joists Channel 200 × 75 mm IS 2062 E250A SK 5 Any other section of steel not covered in the

above categories and excluding HTS Average of price for the 3 categories covered under SL 1, 2 & 3 above.

10 Price Variation During Extended Period of Contract. The price adjustment as worked out above, i.e. either increase or decrease shall be applicable upto the

stipulated date of completion of work including the extended period of completion where such extension has been granted under Clause 17-A of the General Conditions of Contract. However, where extension of time has been granted due to contractor’s failure under Clause 17-B of the General Conditions of Contract, price adjustment shall be done as follows: (a) In case the indices increase above the indices applicable to the last month of original completion

period or the extended period under Clause 17-A, the price adjustment for the period of extension granted under Clause 17-B shall be limited to the amount payable as per the Indices applicable to the last month of the original completion period or the extended period under Clause 17-A of the General Conditions of Contract as the case may be.

(b) In case the indices fall below the indices applicable to the last month of original/extended period of completion under Clause 17-A, as the case may: then the lower indices shall be adopted for the price adjustment for the period of extension under Clause 17-B of the General Conditions of Contract.

36. EXTENSION OF COMPLETION DATE: (i) Extension of time for the completion of the work shall be governed by Clause 17 of the GCC 2008,

and Para 1266-E the contractor shall be responsible for requesting such extension in terms there of. While applying for such extension, a Bar Chart showing the work already done and the program for the work to be done shall be prepared and shown in juxtaposition with the bar chart submitted under clause 4 of chapter-IV of tender document, giving reasons for slippage activity-wise. The Railway may agree to such extension of time of completion, if they consider justified.

.

(ii) The competent authority while granting extension to the currency of the contract under clause 17(B) of GCC 2008 may also consider levy of token penalty as deemed fit based on the merit of case.

37(A) Payment of advances to contractors: (a) General: The applicability of this clause to this tender is subject to high value of tenders of value

Rs.25.00(Twenty Five) crore and above each as mentioned in Chapter –I of these documents. The Railway may consider sanction of the advances to the contractors vide sub-clause (b) & (c) only for works of high value of Rs. 25.00(Twenty Five) crore and above each provided further that the contractor has made a request with adequate justification for such advance(s) along with his tender. Request for grant of such advance shall not be entertained, if the same is made at any subsequent point of time.

(b) Mobilization Advance: This shall be limited to 10% of the contract value and payable in 2 stages, as indicated below:

State I – 5% of contract value on signing of the contract agreement. Stage II– 5% on mobilization of site-establishment, setting up offices, bringing in equipment and actual

commencement of work. The two stages of advances shall be payable immediately after signing of contract documents and at the time of mobilization respectively.

(c) Advance against Machinery and equipment: The advance shall be limited to a maximum of 10% of the contract value against new Machinery & Equipment, involving substantial outlay, brought to site and essentially required for the work. This advance shall not exceed 75% of the purchase price of such Equipment and shall be payable when hypothenticated to the President of India by a suitable bond or alternatively covered by an irrevocable Bank Guarantee for full cost of the Plant & Equipment from a Nationalized Bank in India or the State Bank of India in a form acceptable to Railways. The Plant & Equipment shall be insured for the full value and for the entire period, they are required for the work. This plant & Equipment shall not be removed from the site of work without prior written permission of the Engineer No. advance should be given against old Plant & Machinery.

(d) Advance For Accelerating Progress Of The Work During Course Of Execution Of Contract:-

Page 28 of 81

The advance is to be decided on the merits of each case for contract lying within the powers of General Manager (upto Rs. 100 crore or less or as decided & circulated by Board from time to time) and shall be restricted to a maximum of 5% of contract value or Rs. 1 Crore whichever is less. This is to be granted by the General Manager on the recommendations of the Chief Engineer in-charge in consultation with the Associate Finance.

(e) Advance in Exceptional Cases:- General Manager are further empowered to grant advances in exceptional cases upto a maximum of Rs. 5 lacs in respect of even contracts of value of less than Rs. 50 lacs, if considered absolutely essential, depending on the merits of each case and circumstances in each situation, to be recommended by the Chief Engineer in-charge and in consultation with the Associate Finance.

(f) The Above Advances Are Subject To The Following Conditions:- (i) The advance shall carry an interest of 4.5% per annum above the Base Rate of State Bank of India,

as effective on the date of approval of payment of the advance by the competent authority and be restricted only for high value tenders of Rs. 25 crore and above.

(ii) Advances except those against machinery and equipment, shall be payable against irrevocable guarantee (Bank Guarantee, FDRs, KVPs/NSCs) of at least 110% of the value of the sanctioned advance amount (covering principal plus interest). The Bank Guarantee shall be from a Nationalized Bank in India or State Bank of India in a form acceptable to the Railways.

(iii) The recovery shall commence when the value of contract executed reaches 15% of original contract value and shall be completed when the value of work executed reaches 85% of the original contract value. The installments on each “on account bill” will be on pro-rate basis.

(iv) That the grant of advance is primarily in Railway’s own interest. (v) That a contract does not receive advances for same work form different officers. (vi) That arrangements are made with the Accounts Officer for proper accounts being kept with regard

to payment and recovery of these advances and (vii) That all necessary precautions are taken to secure Government from the possibility of loss and for

preventing the system becoming more general or continuing longer than what may be absolutely necessary for proper of the work.

(d) Method of Recovery of Interest:- Interest shall be recovered on the advance outstanding for the period commencing from the date of payment of advance till date of particular on-account bill (through which recovery of principal is effected) and adjusted fully against on-account bill along with pro-rata principal recovery. In the event of nay short-fall, the same shall be carried forward to the next on-account bill and shall attract interest @4.5% per annum above the Base Rate of State Bank of India, as effective on the date of approval of payment of the advance by the competent authority. The Bank Guarantee for such advances shall clearly cover at least 110% of the value of the sanctioned advance amount (covering principal plus interest). (Authority: Railway Board’s letter No. 2007/CE-I/CT/18 Pt.3, dated 23.05.2012)

37(B) Incentive Bonus Payment Clause: Not Applicable For early and time bound completion of throughput enhancement works primarily those coming under

the plan heads Doubling and Traffic facilities, Incentive Bonus Payment Clause will be applicable subject to following conditions :- i) The incentive Bonus payable shall not be more than 1% of the initial contract value or revised

contract value whichever is less for every one month of early completion ahead of the original completion period or revised completion period whichever is less.

ii) The maximum incentive payable shall not be more than 6% of the original contract value or revised contract value whichever is less.

iii) This incentive scheme shall not apply if extension to the original completion period is given irrespective of on whose account (Rly Account) or Contractors” account).

iv) Period less than a month will not be reckoned for the incentive Bonus calculation. 38. CLAIMS

The contractor shall not be entitled to make any claim whatsoever against the Railway under or by virtue of or arising out of this contract, nor shall the Railway entertain or consider any such claim, if made by the contractor, after he shall have signed a “No Claim” certificate in favour of the Railway, in such form as shall be required by the Railway the work are finally measured up. The contractor shall be debarred from disputing the correctness of the items covered by “No Claim” certificate or demanding a clearance to arbitration in respect thereof under clause 43(2) of GCC 2008. The Railway shall not be liable to the contractor for any matter arising out of or in connection with the contract or the execution of the works unless the contractor shall have made a claim in writing in respect thereof before the issue of the maintenance certificate under clause 50(I) of GCC.2008.

39. RAILWAY PASS OR CONCESSION:

Page 29 of 81

No Railway pass or concession facilities will be given to the Contractors or their agents and laborers for the execution of the works. Contractor’s materials required for execution of the work will have to be carried at the public rate of Railway freight if carried by Railway transport and no concession rate of Railway freight will be applicable.

40. TIME OF COMPLETION OF WORK: This tender is submitted subject to the condition that the tenderer(s) shall complete the works covered by this tender in all respect within the period of time stipulated in Chapter –I. The time reckoned from the date of issue of letter of acceptance.

41. SPECIFICATIONS: (i) All the works shall be carried out in accordance with the specifications contained in these documents. (ii) Any specifications, not covered by these documents, shall be in accordance with relevant IRS Codes, IS Codes

, IRC codes and MORSTH specifications read in the said order or as stipulated/approved by the Railway. (iii) CONTRACTOR’S MATERIALS

(a) The materials to be supplied by the Contractor for the works covered by these tender documents shall conform to specifications contained in these tender documents.

(b) If called upon, the Tenderer(s) shall state the actual source of supply of material(s) to be supplied by him and shall submit test certificate & samples for prior approval.

(c) During the execution of work, all materials brought to site by the Contractor must be Offered for inspection and passed by the Engineer or his representative before being used in the work and such approval shall be recorded in a register maintained for the purpose.

(iv) Sanitary fittings to be supplied shall be of Hindustan, Nycer and Parry or any other approved brand and are subject to prior submission of samples and their approval thereof.

(v) PAINTS (A) All paints/distemper/plastic paints to be used shall only be those manufactured by One of the

following firms or any other approved brand and of color and shade approved beforehand by the Engineer-at-site. (a) M/s Jenson Nicholson (b) M/s British / Burger paints. (c) M/s Shalimar Paints (d) I.C.I. (e) Nerolac.

(B) These materials shall be brought in sealed drums and each drum shall be opened in the presence of the Engineer-at-site before use.

(vi) Samples of any material(s) supplied by the Contractor may be got tested at the Contractor’s cost in any recognized laboratory, at the sole discretion of the Engineer-in-charge.

42. SUPPLY OF MATERIALS (I) It is proposed to supply cement, reinforcement steel and structural steel required for the work as under:

(A) CEMENT(OPC)

The Contractor shall supply OPC under Schedule “C-I” of these documents and upon their use in the works shall be paid for at the accepted rates in the said Schedule “C-I”. Full requirement for the work is proposed to be supplied by contractor under said schedule “C-I”. The quantity of cement for payment shall be calculated as per actual consumption in the work and no payment for any wastage shall be done.

(B) REINFORCEMENT STEEL The Contractor shall supply Reinforcement steel under Schedule “C-II” of these documents and upon their use in the works shall be paid for at the accepted rates in the said Schedule-“C-II”. Full requirement for the work is proposed to be supplied by contractor. The quantity of reinforcement steel for payment shall be calculated on the basis of actual consumption in the respective item(s) of work not allowing for any wastage, cut pieces etc.

(C) STRUCTURAL STEEL The Contractor shall supply structural steel conforming to IS 2062: 2006 under Schedule “C-III” of this document for complete work and upon their use in the works shall be paid for at the accepted rates in the said Schedule “C-III”. All wastages etc is considered to be included in the rates and no wastages etc will be allowed.

For items executed under “ E.C. Railway USSOR’2012”, as contained in Schedule “B”, the supply of the materials by the Railway to contractor shall be under the terms and conditions specified in the preface

Page 30 of 81

of the book and the introductory remarks on top of each Chapter of the said book subject to the extent of modification detailed herein below:-

(a) Materials supplied by the Railway from the Store/Godown(s) of JE/SE/(Con)/ ……. situated at ……. shall be carried by the Contractor to the site of work by his road vehicle, or by loading in wagons, as per Railway rules as directed by Engineer-at-site. The detention of wagons, if any, shall be on Contractor’s account. The tendered rates shall include all loading, unloading, leading, lifting, stacking, handling, crossing of lines / tracks / obstructions etc and no separate payment will be made in this respect (this supersedes provisions of payment for lead, lift of materials as specified in the introductory remarks of various chapters of ECR USSOR’2012)

(b) The Railway shall not supply any water to the Contractor.

(II) Materials to be supplied by the Contractor under schedule “C-I”, “C-II” & “C-III” shall be delivered at the site of consumption and Railway shall make no payment towards handling, transport, storing and safe custody of the same.

(IV) While transporting and storing Railway materials, the Contractor should guard against any Deterioration damage or loss due to any cause whatsoever (viz cement becoming set due to moisture, steel getting rusted etc) for which the contractor shall make necessary precautions at his own cost and risk. Cost of materials damaged by the contractor shall be recovered as detailed in clause 42 (VI) (b) below.

(V) (a) In case of supply of cement by the Railway in Jute / Polythene bags, the empty bags, if not required by the Railway, shall be retained by the Contractor for disposal, preferably to the authorized bag collecting agents.

(b) In case of supply of cement by the Railway in paper bags (as in the case of imported Cement) the paper bags shall be retained by the contractor for disposal in his own way and no recovery will be made from his bills towards empty paper bags.

(VI) The quantities of Railway materials issued by the Railway to the Contractor shall be commensurate with the progress of works, and shall be on a written demand from the contractor.

(a) All materials issued by the Railway in excess of requirement shall be returned by the Contractor in good condition free of cost at the store of JE / SE (Con) from where they were issued. In case of reinforcing steel, cut pieces to the extent of Maximum 3% (Three percent) of actual consumption shall be the property of the contractor. For cement, no wastage will be allowed. For any excess over the above quantities, deduction at the rate worked out as per Para 42(VI)(b) below would be effected.

(b) If the Contractor fails to return excess material issued to him (cement, reinforcing steel, and structural steel), the cost of such excess Materials shall be recovered at last purchase rate or current market rate plus 5% (Five percent) for freight, 12.5% (Twelve and half percent) for Supervision charges and 2% (two percent) towards incidental charges on the quantity not returned.

(VII) While transporting materials, whether Railways or his own, the Contractor shall be fully Responsible and answerable for any dislocation or damage caused to traffic on Road and for any accident which may occur on the route shall make good the same at his own risk & cost. It is deemed that the Contractor has fully indemnified the Railway against any claim made by any party for such dislocation, damage or accident and in the event of the Contractor failing to make good such loss, the Railway shall do so, at the Contractor cost, at their sole discretion.

43.0 Stage payment on supply of steel: This clause will be applicable for works contract of value more than Rs.15.00 (Fifteen) crore each. Stage

payment will be applicable for steel physically brought by the contractor to the site (even before its actual use in the work), subject to the following aspects:-

a) The material shall be strictly in accordance with the contract specifications.

b) The tender schedule shall provide for individual NS rate to be quoted by the tenderers for steel separately.

c) The material shall be delivered at site and properly stored under covered sheds in measurable stacks.

d) The quantities of materials shall be brought to the site only in such installments that would facilitate smooth progress of work and consumed in reasonable time.

Page 31 of 81

e) Proper accountal in the material register to be maintained in the prescribed format at the site for the receipt and use of the material.

f) Ownership of such material shall be deemed to vest with the Railways for which the contractor should submit an indemnity bond in prescribed format.

Indemnity Bond Performa is available at Annexure-IX of Chapter-III

g) Before releasing the stage payment, the contractor shall insure the material at his own cost in favour of Railways against theft, damages, fire etc.

h) Stage payment in all such cases shall not be more than 75% of the rate of steel awarded in the contact the balance payment shall be released only after the material is actually consumed in the work. .

i) The price variation claim for steel would continue to be governed as per extant PV clause and with reference to delivery at site.

j) The quantity of steel to be brought to site, and for which stage payment will be admissible, shall be worked out by the contractor in consultation with the Engineer, for the first quarter, from date of issue of LOA + 15 days. Subsequent supply to site shall be done with approval of Engineer, on a quarterly basis, based on actual progress.

44. HIRE OF MATERIALS/EQUIPMENTS ETC &HIRE CHARGES.

(i) Railway may provide 90R/52Kg U/S (Scrap) Rails (not exceeding 1000 running meters) and associated fitting such as fish plates fish bolts and dog spikes etc. free of any hire charge subject to availability. These will have to be returned to Railway in same condition after completion of the work.

(ii) The Railway may give on hire to the Contractor any other material, plant and equipment, if available, on a specific request made by the Contractor to the Railway. But it will not entertain any claim for compensation due to the Railway’s failure to do so or on the railways inability to supply such material, plant and equipment be an excuse for slow progress or non-performance of the work.

However, issue of such material, plant and equipment shall not be allowed as a matter of course but permitted only in those cases where the need for help for the Administration could be established having regard to nature and urgency of situation and without adversely affecting the normal requirements of the Railway. A statement of materials thus issued and hire charges recovered should invariably be furnished along with the final bill.

(iii) RECOVERY OF HIRE CHARGES The hire charges to be recovered are to be calculated as under 1) Cost of materials – The cost of materials shall be the book value last purchase rate approved

value whichever is higher, plus 5% for freight and 2% for incidental charges thereon. The cost thus arrived at shall be increased by 12.5% for supervision charges as per extent rules.

2) Hire charges- The hire charges per annum will be calculated on the cost of the materials arrived at as per clause 44(iii)(1) above on the following basis: -

(a) Interest on the total cost should be charged at the running rate of dividend Payable by Railway in the General Revenue.

(b) Depreciation charges at 10% per annum of the cost arrived at as per Para 44(iii)(1) above to be charged for all classes of materials.

(c) Additional depreciation charges at 10% on the total of (a) & (b) above shall be charged to meet the contingencies.

(iv) The Contractor shall bear the charges for carrying the materials to the site of work and back to store including other incidental charges including loading and unloading etc to the place of work as also back to the depot from where they were issued.

(v) No cutting of holes shall be allowed in the materials thus issued which shall be returned to the railways in a completely good and serviceable condition. In case of failure of the Contractor to return any material in a good and serviceable condition, the cost thereof shall be recovered from contractor at the rate arrived at as per item 44(iii) (1) above increased by 100%. The decision of the DEN/AEN-in-charge of the work will be final in determining condition of the materials and same shall be binding on the Contractor.

(vi) Running expenses including fuel, lubricants and stores and labour, if supplied by the railway, will also be paid for by the contractor at the cost to be determined by the Railway.

Page 32 of 81

(vii) Staff and stores for running the plant may be supplied by the Contractor with approval of Engineer-in-charge. The staff must be properly skilled to operate the plant concerned.

45. RESPONSIBILITY FOR DAMAGE TO CONTRACTOR’S MATERIALS:

(i) The railway Administration will not be responsible for any loss or damage to contractor’s materials, equipments, tools and plants due to fire, flood or any other cause(s) whatsoever.

(ii) The materials issued by the Railway to the contractor for use in the works shall be treated as contractor’s materials for this purpose, and the contractor(s) shall make good these materials in the event of any loss/ damage thereto.

(iii) Works finished but not taken over by the railway shall be treated as contractor’s materials for this purpose, and the contractor shall be responsible for making good any loss or damage thereto.

46. RESCINDING OF CONTRACT – As per GCC-2008 with up to date correction slips. 47. ARBITRATION CLAUSE

All disputes and differences of any kind whatsoever arising out of or in connection with the contract, whether during the progress of work or after its completion and whether before or after the determination of the contract shall be referred by the contractor to the Railway and the same will be dealt under clause 63 to 64 (7) of GCC 2008. Before demanding arbitration contractor shall submit his final claim within 30 days of determination of contract for which Railway shall reply within 120 days after receipt of such final claims stating whether all/any of such claims fall under excepted matters under clause 63 of G.C.C. or not. Arbitration can be demanded only for claims not falling under excepted matters in which case decision of Railways is final and binding on the contractor.

48. Vehicles & Equipment’s of contractors can be drafted by Railway Administration in case of accidents/natural calamities involving human lives.

49. ROYALTY: 49.1 The minerals being used by the contractor should be purchased from valid authorized lease / permit

holders / authorized dealers. It will be insured by Engineer-at-site. In case of Mooram & earth these permits can be obtained from District Mining officer after entering into

an agreement with land holder from where mineral is to be extracted. 49.2 The Railway shall do the followings to prevent evasion of royalty and illegal mining.

i. Bill preferred by works contractor in which minor minerals has been used, must be accompanied with an affidavit form ‘M’ with particulars in form ‘N’ of the Rules as per execution of work in concerned state along with a photocopy of said affidavit and particulars. Bill should not be entertained unless accompanied with aforesaid documents.

ii. The photocopy of the affidavit and the particulars received with the bill should be sent to District Mining Officer / Assistant Mining Officer within whose jurisdiction the mineral was allegedly purchased, for verification. If the said affidavit or information is found wrong, Mining Officer may take necessary / appropriate action against the contract as per rules.

50. It should be specifically noted that some of the detailed drawings may not have been finalized by the Railway and will, therefore, be supplied to the contractor as and when they are finalized on demand. No compensation whatsoever on this account shall be payable by the Railway Administration.

51. No claim whatsoever will be entertained by the Railway on account of any delay or hold up of the works(s) arising out of delay in approval of drawings, changes, modification, alteration, additions, omission and site lay out plan or detailed drawings and design and or late supply of such materials as are required to be arranged by the Railway or due to any other factor on Railway account.

52. No claim for idle labour and or idle machinery etc. on any account will be entertained. Similarly no claims shall be entertained for business loss or any such loss.

53. For some stretch land may not be available or acquired by railway. The land will be made available to contractor on proportionate basis depending upon the progress of work on the stretch, wherever land has been made available for the work.

54. For carrying out any construction work in concerned state (Bihar/Jharkhand/UP etc.), the tenderer, must get themselves registered from the registering officer under Section 7 of the Building and other Construction Workers Act, 1996 and rules made thereto by the concerned state (Bihar/Jharkhand/UP etc.) Government and submit certificate of registration issued from the

Page 33 of 81

registering officer of the concerned state (Bihar/Jharkhand/UP etc.) Government (Labor Dep’t.). For enactment of this Act, the tenderer shall be required to pay cess @ 1% of cost of construction work to be deducted from each bill. Cost of material shall be outside the purview of cess, when supplied under a separate schedule item.

55. The tenderers for carrying out any construction work must get themselves registered from the Registering Officer under Section-7 of the Building and Other Construction Workers Act 1996 and rules made thereto by the concerned State Govt. and submit certificate of Registration issued from the Registering Officer of the concerned State Government (Labour Dept.). As per this Act, the tenderer shall be levied a cess @1% of cost of construction work, which would be deducted from each bill. Cost of Material, when supplied under a separate schedule item, shall be outside the purview of cess.

56. Provision of Employees Provident Fund and Miscellaneous Provisions Act,1952 The contractor shall comply with the provisions of Para 30 & 36-B of the Employees Provident Fund

Scheme,1952; Para 3 & 4 of Employees Pension Scheme, 1995 and Para 7 & 8 of Employees Deposit linked Insurance Scheme, 1976; as modified from time to time through enactment of “Employees Provident Fund & Miscellaneous Provisions Act, 1952, wherever applicable and shall also indemnify the Railway from and against any claims under the aforesaid Act and the Rules.

Witness:

1. Signature of Tenderer(s) 2. Date: ...............................

Page 34 of 81

Annexure-I Chapter III

DETAILS OF WORK OF SIMILAR NATURE OF PRESCRIBED VALUE OR MORE WHICH HAS BEEN COMPLETED IN LAST

THREE YEARS (i.e., current year and last three financial years)

Sl. No.

Name of Work Authority under whom the work has

been executed

Agreement/ acceptance letter

reference with date of issue

Value of work as per agreement / acceptance

Date of actual completion of

work/extended date of

completion

Value of the work completed

Supporting Document

1

2

3

4

5

6

Page 35 of 81

Annexure-II Chapter III

DETAILS OF WORK AWARDED TO THE FIRM DURING LAST THREE YEARS

(i.e., current year and last three financial years)

Sl. No.

Name of Work Authority under whom the work has

been executed

Agreement/ acceptance letter

reference with date of issue

Value of work as per agreement / acceptance

Date of actual completion of

work/extended date of

completion

Value of the work

Supporting Document

1

2

3

4

5

6

Page 36 of 81

Annexure-III Chapter III

DETAILS OF CONTRACTUAL PAYMENTS RECEIVED (As Desired in Eligibility Criteria No.2) (i.e. current year and last three financial years)

Sl. No.

Name of employer/CA issuing certificate/document Year for which Issue Amount for which issued

Supporting Document

1

2

3

4

Page 37 of 81

Annexure-IV Chapter III

DECLARATION REGARDING ASSOCIATION OF RLY. OFFICER(S)/RETIRED RLY. OFFICER(S) WITH TENDERER(S)

Sl.No. Name Status with the

tenderer If working in Rly on the date of tendering, designation & place of posting

Date of retirement

Status at retirement

Particulars of permission taken for associating with the tenderer

1 2 3 4 5 6 7 1

2

3

4

5

6

7

Page 38 of 81

Annexure –V Chapter III

LIST OF COURT CASES DURING LAST 5 YEARS. Sl.No. Name of work Value of

work Name of Client Dep’t.

Name of the Court

Date of institution of case.

Relief sought from court.

Brief reason of dispute

Final / Present position of the case

1

2

3

4

5

Page 39 of 81

Annexure –VI Chapter III

LIST OF ARBITRATION CASES DURING LAST 5 YEARS.

Sl. No.

Name of work Value of work Name of Client Dep’t.

Amount and date of claim preferred

Claim of Dep’t. If any.

Brief reasons of disputes

Final / Present position of the case

1

2

3

4

5

Page 40 of 81

Annexure –VII Chapter III

DETAILS OF EQUIPMENTS Sl.No. Description of

equipments. Numbers available

Detail of purchase

Date of manufacture

Material How driven (i.e. Petrol/ Diesel/ Electric.)

Condition of the equipment

Where the equipment can be inspected

1 2 3 4 5 6 7 8 9 1

2

3

4

5

6

Page 41 of 81

Annexure-VIII Chapter III

DETAILS OF TECHNICAL PERSONNEL Sl.No Name Age Technical

Qualification(s ) Position with the tenderer

Commencement of present employment

Total experience.

Emoluments.

1 2 3 4 5 6 7 8

1

2

3

4

5

6

Page 42 of 81

Annexure –VII(A) Chapter III

DETAIL OF EQUIPMENTS TO BE USED IN PROPOSED WORK. Sl.No. Description of

equipments. Numbers available

Detail of purchase

Date of manufacture

Material How driven (i.e. Petrol/ Diesel/ Electric.)

Condition of the equipment

Where the equipment can be inspected

1 2 3 4 5 6 7 8 9 1

2

3

4

5

6

Page 43 of 81

Annexure-VIII(A) Chapter III

DETAILS OF TECHNICAL PERSONNEL TO BE DEPLOYED IN PROPOSED WORK. Sl.No Name Age Technical

Qualification(s ) Position with the tenderer

Commencement of present employment

Total experience.

Emoluments.

1 2 3 4 5 6 7 8

1

2

3

4

5

6

Page 44 of 81

Annexure-IX Chapter III

List of deviations proposed by the tenderer from the tender conditions in terms of Para 11 of Chapter III

S.N. Details of special

condition/ stipulation

involving deviation from tender conditions

Reason/importance of special condition/

stipulation

Possibility of withdrawal of

condition (Yes/No)

Cost of withdrawal of special

condition/stipulation

Page 45 of 81

Annexure-X Chapter-III

PROFORMA OF IDEMNITY BOND Indemnity for Safe Custody of Reinforcement steel/Structural Steel as per Special Conditions of Contract Agreement No.: dated: for the work “ ” We (Name of Contractor) …………………………………………………………………… …………………….hereby undertake that we shall hold at our Workshop at ---------------------- for and behalf of the President of India and in trust for him the stores/articles(mentioned in annexure, details to be given for quantity for each section and grade) which may be and/or which has been made over to us, in connection with “------------“ against the contract agreement No…………………………………….. Dated…………….. 2. We shall be and remain absolutely responsible for the safe custody and protection of the said stores and articles against all risks, whatsoever, till those and assembled in the bridge to be fabricated against the above mentioned contract and duly delivered to the President of India or to his representative as he may direct and as such do hereby indemnify the president of India against any loss and/or damage to the said stores and articles while in our possession/custody. The said stores and articles shall however be at all times, open to the inspection by officers who may be authored on that behalf by ministry of Railways or its nominee. 3. Should however, at any time any loss or damage to as aforesaid, occurs or a refund become otherwise due to the President of India, he or his representative shall be entitled to recover from us compensation for, and in respect of such loss or damage, if any, or the amount to be so refunded without prejudice to any other remedies which may be otherwise available to the said president of India by way of deduction from any sum due to/or any sum which at any time hereafter may become due to us under this or any other contract. In the event of any loss or damage as aforesaid, the assessment of such loss or damage and the assessment of the compensation therefore would be made by the President of India or his authorized nominee and the said assessment would be final and binding upon us. For……………………………………………………. _____________________________________________________________________________ DECLARATION FORM For receiving materials from the Railways by the Firm. “I/We hereby solemnly declare that the ……………..(Material) obtained is required for the purpose of Manufacturing ………………(finished product) against Contract Agreement No………………………………. dated…………….The …………………..(material) will not be utilized for any other purposes or other wise disposed of without the prior approval of the president of India/Railways or his nominee” Note:- This Performa is only for guidance and may be changed/amended at any stage at the discretion of Engineer. This is to be submitted on stamp paper of appropriate value at the Contractor’s cost.

Page 46 of 81

Annexure-XI Chapter III

FORMAT OF

MEMORANDUM OF UNDERSTANDING FOR

JOINT VENTURE AGREEMENT This Memorandum of understanding is made at (name of place ) on this ______________ day of ________ between/among

(i) M/s (Name of Company) __________ , a company registered under the Companies Act 1956 having its registered office at represented through its Authorized Managing Director/Director/Managers of the company Sri_____________________ (hereinafter referred to as _____________________ which expression shall unless repugnant to the context thereof includes its successors) of the FIRST PART OR (i) M/s (name of partnership firm), a partnership firm registered under the Indian Partnership Act 1932, having its registered office at ___________________________ represented through its one of the authorized partner Shri _______________ (hereinafter referred to as _____________________ which expression shall unless repugnant to the context thereof includes its successors) of the FIRST PART OR (i) M/s (name of proprietorship firm) having it registered office at represented through its proprietor Sri _________________ (hereinafter referred to as _____________________ which expression shall unless repugnant to the context thereof includes its successors) of the FIRST PART

AND

(ii) M/s (Name of Company) __________ , a company registered under the Companies Act 1956 having its registered office at represented through its Authorized Managing Director/Director/Managers of the company Sri_____________________ (hereinafter referred to as _____________________ which expression shall unless repugnant to the context thereof includes its successors) of the SECOND PART OR (ii) M/s (name of partnership firm), a partnership firm registered under the Indian Partnership Act 1932, having its registered office at ___________________________ represented through its one of the authorized partner Shri _______________ (hereinafter referred to as _____________________ which expression shall unless repugnant to the context thereof includes its successors) of the SECOND PART OR (ii) M/s (name of proprietorship firm) having it registered office at represented through its proprietor Sri _________________ (hereinafter referred to as _____________________ which expression shall unless repugnant to the context thereof includes its successors) of the SECOND PART

AND (iii) M/s (Name of Company) __________ , a company registered under the Companies Act 1956 having its registered office at represented through its Authorized Managing Director/Director/Managers of the company Sri_____________________ (hereinafter referred to as _____________________ which expression shall unless repugnant to the context thereof includes its successors) of the THIRD PART OR (iii) M/s (name of partnership firm), a partnership firm registered under the Indian Partnership Act 1932, having its registered office at ___________________________ represented through its one of the authorized partner Shri _______________ (hereinafter referred to as _____________________ which expression shall unless repugnant to the context thereof includes its successors) of the THIRD PART

OR

Page 47 of 81

(iii) M/s (name of proprietorship firm) having it registered office at represented through its proprietor Sri _________________ (hereinafter referred to as _____________________ which expression shall unless repugnant to the context thereof includes its successors) of the THIRD PART Whereas, East Central Railway has invited Tender Nos. ___________________ hereinafter referred to as the ECR Tender for the work of _ hereinafter referred to as the said work.

Whereas, the member of the first part i.e. M/s. _____________________________ (details to be supplied of the expertise in their field). Whereas, the member of the second part, M/s _______________________________ (details to be supplied of the expertise in their field). Whereas, the member of the third part, M/s _______________________________ (details to be supplied of the expertise in their field).

AND whereas members to this MOU have agreed to co-operate with each other to associate jointly and to form a Joint Venture Firm to participate in the Tender no. dt …………. E,C,Railway .

Now, therefore, in consideration of the premises and mutual promises and of the undertaking contained herein, the constituent members are hereby agreed as follows: -

1. The purpose of MOU: –

M/s. ________________, ________________ and _______________________ agree to co-operate with each other for the purpose of joint participation in Tender no……..dt……of. E. C.Rly, and in the event, the contract is awarded, to jointly execute the contract. The broad interfaces and scope of work of each party is set forth below:- ________________________________________________________________________

________________________________________________________________________

2. The name of the Joint venture firm shall be . 3. The constituent members, hereto, represent that: they are in possession of all approvals and valid

authorization for the purpose of execution of this MOU. 4. That each of the members of the JV, agrees and undertake to place at the disposal of the JV, benefits of

its individual experience, technical knowledge and skill and shall in all respects bear its share of the responsibility, including the provision of information advice and other assistance required in connection with the works. The share and the participation of the partners in the JV shall broadly be follows: M/s _______________________________________ % M/s _______________________________________ % M/s _______________________________________ %

5. Lead Member: . In respect of tender no. dt of E.C.Railway M/S_________ ___________________________shall be a

lead member who has a majority (at least 51%) share of interest in the JV firm.

6. The constituent members to this MOU undertake:

Page 48 of 81

a) That after submission of the tender, the MOU shall not be modified/altered/terminated during the validity of the tender except when modification becomes inevitable due to succession laws etc., but in no case the minimum eligibility criteria would be vitiated. The members to this MOU further agree that the Lead Member will continue to be the Lead Member of J.V. Firm.

b) That after the contract is awarded the constitution of the J.V. Firm shall not be altered during the currency of contract except when modification becomes inevitable due to Succession Law etc., but in no case the minimum eligibility criteria would be vitiated.

c) No any member of J.V. firm shall participate in this tender either in individual capacity or as a member of another JV. Firm.

7. Joint and several liabilities:

In respect of tender no. dt of E.C.Railway, all terms shall be complied by constituent members on back-to-back basis as per specifications of the Tender no……….dt…….of E.C.Rly or any other mutually agreed terms with the E.C.Railway. The members hereto shall, if awarded the contract for the project for which the Joint Venture is formed, be jointly and severally liable to the Indian Railways for execution of the project in accordance with the contract. The members hereto also undertake to be liable jointly and severally for the loss, damages caused to the Indian Railways in course of execution or due to non-execution of the contract or part thereof or arising out of the contract.

8. Authorized member: Shri ____________________________________ shall be authorized member on behalf of the Joint Venture to deal with tender, to sign the agreement or enter into contract in respect of the said tender, to receive payment, to witness joint measurement of work done, to sign measurement books, and similar such action in respect of tender no. …….dt of E.C.Railway. All notices/correspondence with respect to this contract shall be sent only to this authorized member of the J.V. Firm on the address stated herein below:-

M/s. . Such communications or notices shall be deemed to have been duly served/given to all constituent members/JV firm when so delivered/received.

9. The constituent members agree that with respect of tender no. dt of E.C.Railway neither members, nor any subsidiary company of either member, nor any joint venture company or any other entity, in which the member /members, or are in any way interested, shall compete together with or through any third party, nor shall the members advise, consult, for engage in or otherwise assist in any way any person or entity or any affiliate thereof in respect of any order or contracts related to tender no. dt of E.C.Railway.

10. Responsibility Each member shall assume and accept full responsibility for its Scope of Work and the obligations imposed in the Contract and in this MOU as if it was, with regard to its Scope of Work, an independent partner contracting individually with the E.C.Railway. In the event of any defect and damage or any claim arising from the E.C.Railway under the Contract or any third party in relation to or as a consequence of any failure to meet the performance specification the Party, within whose Scope of Work the claim arises, shall be entirely responsible for the claim and shall indemnify and hold harmless the other Party from any liability, demand, claim burden cost, expense attorney’s fees and costs arising from thereof.

11. Assignability No member to the Joint Venture has right to assign or transfer the interest, right or liability in the contract without the written consent of the other members and that of the E.C.Railway.

12. Machinery, Instruments, Labour Force etc. The members hereto undertake that whatever the machinery, instruments, Labour force (including unskilled, skilled, inspectors, Engineers etc.) they possess at the time of entering into Joint Venture Agreement or which subsequently shall come in their possession, the member/members having the control over the said machinery, instrument, labour force etc will have no objection when these are utilized by the JV firm for the purpose of execution of the contract without any hindrance and obstacle.

13. Duration of MOU: It shall be valid during entire currency of contract including the period of extension, if any and also till the maintenance period is over or till all the contractual liabilities including warranty/guarantee obligations are discharged completely.

Page 49 of 81

14. Applicable Law:

This MOU and any arrangement/agreements regarding the performance shall be construed and interpreted in accordance with and governed by the Laws of India and shall be subject to the exclusive jurisdiction of the courts at PATNA.

15. Settlement of Disputes: In the even of disputes arising from this MOU, the constituent members to the MOU undertakes to endeavor to settle the said disputes amongst them amicably. However, if the members fail to resolve the disputes amongst them amicably, the said disputes arising out of or in connection with the present MOU shall be resolved through Arbitration as per the provisions enshrined under the Arbitration and Conciliation Act, 1996 or/and amendments thereof.

16. Each member shall have full and sole responsibility to bear the expense of and effect the payment of any taxes, duties, special insurance, fees or assessments of any nature whatsoever (including personal income taxes level or imposed on any of its employees or personnel or any of its sub-contractor’s employees or personnel).

17. The members to this MOU declares and certifies that they have not been black listed or debarred by Railways or any other Ministry/Department of the Govt. of India/State Govt. from participation in tenders/contract in the past either in their individual capacity or the JV firm or partnership firm in which they were member/partners.

In witness whereof, the constituent members have caused this MOU to be executed by their respective authorized representatives on the date and year mentioned here in above.

Signature: - Signature:- Signature: -

Shri ______________ of Shri ______________ of Shri ______________ of

M/s. ______________ M/s. ______________ M/s. ______________

Witnesses: - 1) Signature: 1] Signature: 1] Signature: Name: Name Name Address:- Address: Address: 2) Signature:: 2] Signature: 2] Signature: Name: Name: Name:: Address:- Address: Address:

(Note; This Performa is not exhaustive and can be changed/amended at the discretion of the Railway.)

Page 50 of 81

Annexure-XII Chapter III

Form of bank Guarantee Bond

1. In consideration of the President Of India (hereinafter called “the Government”) having agreed to exempt ………………………………. (hereinafter called “then said Contractor(s)”) from the demand, under the terms and conditions of as Agreement dated …………………………………. made between …………………………… and ……………………………….. for …………………….. (herein after called “the said Letter of Acceptance/Agreement”), of security deposit/performance guarantee/mobilization advance guarantee for the due fulfillment by the said Contractor(s) of the terms and conditions contained in the said Letter of Acceptance/Agreement, on production of Bank Guarantee for Rs……………………………...……. (Rupees ………………………………….…………………………………. We …………………………………. (hereinafter referred to as “The Bank”).

(Indicate the name of the Bank) at the request of …………………………………. (contractor(s)) do hereby undertake to pay to the Government an amount not exceeding Rs. ……………………… against any loss or damage caused to or suffered or would be caused to or suffered by the Government by reason of any breach of the said Contractor(s) of any of the terms or conditions contained in the said Letter of Acceptance/Agreement.

2. We ………………………………………………... (indicate the name of the bank) do

hereby undertake to pay the amount due and payable under this guarantee without any demur, merely on a demand from the Government stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of breach by the said (contractor(s) of any of the terms or conditions contain in the said Letter of Acceptance/Agreement or by reason of the (contractor(s) failure to perform the said Letter of Acceptance/Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. …………………………… .

3. We undertake to pay to the Government any money so demanded notwithstanding any dispute or disputes raised by the (contractor(s)/\supplier(s) in any suit or proceeding before any court of tribunal relating there our liability under this present being absolute and unequivocal. The payment made by us under this bond shall be a valid discharge of our liability for payment there under and the (contractor(s)/supplier(s) shall have no claim against us for making such payment.

4. We ………………………………………………... (indicate the name of the bank) further agree that the guarantee herein contained shall remain full force and effect during the period that would be taken for the performance of the said Letter of Acceptance/Agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said Letter of Acceptance/Agreement have been fully paid and its claim satisfied or discharged or till FA&CAO/Con/ECR office/Department Ministry of Railway certifies that the terms and conditions of the said Letter of Acceptance/Agreement have been fully and properly carried out by the said contractor(s) and accordingly discharges this guarantee. Unless a demand

Page 51 of 81

or claim under this guarantee is made on us in writing on or before the …………………………… we shall be discharged from all liability under this guarantee thereafter.

5. We ………………………………………………... (indicate the name of the bank)

further agree with the Government that the government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Letter of Acceptance/Agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said contractor(s) and to forebear or enforce any of the terms and conditions relating to the said Letter of Acceptance/Agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor(s) or by any forbearance, act or omission on the part of the Government or any indulgence by the Government to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. The guarantee will not be discharged due to the change in the Constitution of the bank of the contractor(s)/supplier(s).

7. We ………………………………………………... (Indicate the name of the bank) lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Government in writing.

Dated the …………….. day of ….. 20 For …………………………………………….

(Indicate the name of the bank)

Page 52 of 81

CHAPTER-IV East Central Railway,

Office of the Chief Administrative Officer (Con) Mahendrughat, Patna - 800004.

Tender No.30 of 2014-15 (Open)/South SPECIAL CONDITIONS OF THE CONTRACT (GENERAL)

1. COMMUNICATIONS WITH CONTRACTORS (S): Subject to and as otherwise provided in this contract, all notices (in writing) as are required to be given shall be signed by competent Officer of the Railway for and on behalf of The President of India and all other actions shall be taken by the Engineer and/or his representative.

2. The contract shall be governed by the provisions of the GCC-2008 modified to the extent of provisions of these documents.

3. COMMENCEMENT OF WORK: The contractor will commence the work within 15(fifteen) days from the date of issue of the letter of acceptance of the tender, failing which contract may be terminated and full value of the Earnest Money & P.G. may be forfeited.

3.1 Arrangement of required land for construction of site office, labour huts, store sheds etc. and arrangement of required water and electricity for all purposes in connection with this work shall be at the contractor’s responsibility, liability and cost as per tender conditions. Any delay in making arrangements for the same shall not be taken as an excuse for delay in starting the work.

3.2 DISMANTLING: When dismantling of any existing structure is involved to facilitate the Construction, the contractor shall

submit the scheme for dismantling of the existing structure. Execution shall be done after approval of Railway. (a) The dismantling of structure should be done under proper supervision and as per approved scheme of

dismantling (b) At major dismantling sites minimum level of supervision shall be Senior Section Engineer (In-charge), who

should be nominated by Dy. Chief Engineer/ Con. in writing. (c) The dismantling Plan should be scrutinized by the Drawing Office and approved by H.O.D. in case of

Construction Organization. The dismantling plan should invariably show various stages of dismantling, equipments to be used for dismantling, area likely to be affected by debris, any adjacent buildings likely to be affected and action to be taken thereof.

(d) Proper barricading should be done to stop access of unauthorized personnel near the dismantling area. Wherever necessary, assistance of RPF should be taken to prevent people from coming close to dismantling area. The contractor should also display sign Boards warning people not to enter the danger zone.

I. Proper announcement through public address system should be done at regular intervals to keep the onlookers away from the major dismantling affected Zone.

II. The adjacent building likely to be affected by dismantling should also be informed and workers shall take all precautionary measures.

III. In area where law and order is likely to be affected, assistance of local Police should be taken to keep people away from dismantling area.

3.3 SAFETY MEASURES: The following measures should be adopted to ensure safety of the trains as well as work force.

i) The contractor shall not start any work without the presence of Railway Supervisor at site. ii) Wherever the road vehicles and/or machinery are required to work in the close vicinity of railway line, the

work shall be so carried out so that there is no infringement to the Railway’s schedule of dimensions. For this purpose the area where road vehicles and/or machinery are required to ply, shall be demarcated and acknowledged by the contractor. Special care shall be taken for turning/reversal of road vehicles/machinery without infringing the running track. Barricading shall be provided wherever justified and feasible as per site conditions.

iii) The look out and whistle caution orders shall be issued to the trains and speed restrictions imposed where considered necessary suitable flagmen/detonators shall be provided where necessary for protection of trains.

iv) The supervisor/workmen should be counseled about safety measures. A competency certificate to the contractor’s supervisor as below shall be issued by AEN, which will be valid only for the work for which it has been issued.

COMPETENCY CERTIFICATE Certified that Sri…………….P.Way supervisor of M/s ……………has been examined regarding P.Way working on …………...work. his knowledge has been found satisfactory and he is capable of supervising the work safely Assistant Engineer

v) The unloaded ballast/rails/sleepers/other P.Way materials after unloading along track should be kept clear off moving dimensions and stacked as per the specified heights and distance from the running track.

vi) Supplementary site specific instructions, wherever considered necessary, shall be issued by the Engineer-in-charge.

4.1 PROGRAMME FOR COMPLETION OF WORK & EXTENSION OF TIME OF COMPLETION

Page 53 of 81

Immediately after receipt of the letter of acceptance, the contractor will submit a detailed programme in the form of a Bar Chart (showing various important activities) for completion of the work within the stipulated completion period, duly signed, for the approval of Engineer – in-charge of the work. A separate statement indicating the schedule and time frame of materials, labour and equipment and other arrangements to be made by the contractor for the work, should also be submitted. Every extension of time of completion will be dealt under clause 17 of GCC 2008. During execution of work contractor shall also submit each month works revised programme indicating original approved programme and measures taken to make up the slippage from the original programme, if any. He shall also submit monthly progress/programme in the form of PERT chart with weekly break up of activities in first week of every month.

4.2 EXTENSION OF TIME FOR COMPLETION WORK ON CONTRACTOR ACCOUNT The existing tender clause 17(B) of GCC provide for recovery of liquidated damages from the contractor delay in completion of work. The competent authority while granting extension of time for existing contract under clause 17(B) of GCC may impose token penalty instead of liquidated damage as deemed fit based on the merits of the case and no case this shall be more than ½% (Half percent) per week.

5 EQUIPMENTS The contractor shall bring to the site, necessary equipments, tools and plants for carrying out the work within 15 (Fifteen) days of the letter of acceptance, and report to the Engineer-at-site.

6. PREVENTION OF ACCIDENTS (A) The contractor shall not allow any road vehicle belonging to him or his supplier’s etc to ply in Railway land

next to the running line. If for execution of certain works viz. earthwork for parallel Railway line and supply of ballast for new or existing rail line, gauge conversion etc. Road vehicles are necessary to be used in railway land next to the railway line, the contractor shall apply to the Engineer-in-charge for permission giving the type & number of individual vehicle, name & license particular of the drivers, location duration & timings for such work/ movement. The Engineer-in-Charge or his authorized representative will personally counsel, examine and certify, the road vehicle drivers, contractor’s flagmen and supervisor and will give written permission giving names of road vehicle’s drivers, contractor’s flagmen and supervisors to be deployed on the work, location, period and timing of the work. This permission will be subject to the following obligatory conditions:

(i) Nominated vehicles & drivers will be utilized for work in the presence of at least one flagman & one supervisor certified for such work.

(ii) The vehicles shall ply 6.0 m clear of track. Any movement/work at less than 6.0 m and up to minimum 3.5m clear of track center shall be done only in the presence of Railway employee authorized by the Engineer-in-charge No part of the road vehicle will be allowed at less than 3.5m from track center. Cost of such railway employee shall be borne by the Contractor.

(iii) The Contractor shall remain fully responsible for ensuring safety & in case of any accident shall bear cost of all damages to his equipment & men and also damages to railway & its passengers.

(iv) Engineer-in-charge may impose any other condition necessary for a particular work or site. (v) Road vehicle can ply along the track after suitable cordoning of track with minimum distance of 6 m from the

center of the nearest track. For plying of road vehicles during night hours, adequate measures to be communicated in writing along with a site sketch to the contractor/contractor’s representative and controlling Engineer/Supervisor –in-charge of the work including officers and the in-charge of the section.

(vi) The road vehicles will ply only between sunrise and sunset save as per clause (v) above (vii) Contractor shall provide 150mm thick white line with lime at a distance of 3.5m from center of existing track.

This white line shall be in the entire length where work is going on and/or the vehicles/machinery is playing along the track. Nothing extra shall be paid for this.

(viii) Barricading with the help of portable fencing shall be provided in the length where the days work is to be done in close vicinity of the track. The fencing shall consist of self-supporting steel columns shall be of 1.2 m heights. This will be placed at a distance of 3.5 form centerline of the nearest track.

(ix) Railway representative not less than a junior engineer shall issue competency certificate after checking license and their working to all drivers of nominated vehicles/machinery. Inspector at site shall ensure that the driver who does not possess competency certificate will not work at site.

(x) The area between running line and white line shall not be permitted to become slushy and adequate drainage must be ensured at all times.

(xi) If vehicle/machinery/materials are to come within 3.5m of the existing track, work must be done under the presence o an inspector authorized to do safety works. A caution order shall be issued and track will be protected with the banner flags, hand signal lamps and detonators.

(xii) here contractor’s vehicles are permitted to ply adjacent to the running lines, experienced Gang man shall be posted by the Railway as Flagman at the cost of the contractor to prevent accidents and the cost so incurred will be recovered from the contractor’s dues.

(xiii) The contractor(s) shall be responsible for the safety of his workmen and shall provide them with necessary standard wear and apparel consistent with the nature of work being executed by his workmen.

Page 54 of 81

(xiv) The contractor(s) shall ensure the safety of his workmen by posting necessary flagman, whose job will be to caution the workmen of approaching trains, when his workmen work on or near running Railway tracks.

(xv) The contractor(s) shall protect the site of work, e.g. excavated areas, by adequate fencing and/or other suitable means to prevent accidents to his own workmen, Railways men or any member of the public.

(xvi) Should any accident takes place, the total cost of such damage including the cost of treatment/loss and/or compensation shall be payable by the contractor. In case of Railway under any circumstance or law of the country pays such damage; the same shall be fully recovered from the Contractor(s) due.

(B) During the execution of works, unless otherwise specified the contractor shall at his own cost provide materials and execute all shorting, timbering and strutting works as is necessary for the stability and safety of all structures, excavations and works and shall ensure that no damage, injury or loss is caused or likely to be caused to any person or property.

(C) Existing roads or water courses shall not be blocked, cut through, altered, diverted or obstructed in any way by the contractor, except with the permission of the Engineer. All compensation claimed for any unauthorized closure, cutting through, alternation, diversion or obstruction to such roads or water courses by the Contractor or his agent or his staff shall be recoverable from the contractor by deduction from any sums which may become due to him in terms of the contract, or otherwise according to law.

(D) During progress of work in any street or through farm, the contractor shall make adequate provision for the passage of traffic, for securing safe access to all premises approached from such street or through fare and for any drainage, water supply or means of lighting which may be interrupted by reason of the execution of the works and shall correct and maintain at his own cost barriers lights and other safeguards as prescribed by the Engineer for the regulation of traffic, and provide watchmen necessary to prevent accidents. The work shall in such cases be executed day and night if so ordered by the Engineer and with such vigor so that the traffic way be impeded for as short a time as possible.

(E) The contractor shall be responsible to take all precautions to ensure the safety of the public property or railway property and shall post such lookout men as may in the opinion of the Engineer be required to comply with regulations pertaining to the work

(F) The contractor shall be responsible for the safety of all employees directly or through petty contractors or sub-contractor employed by him on the works and shall report serious accidents to any of them however and whenever occurring on the work to the Engineer or the Engineer’s Representative and shall make every arrangement to tender all possible assistance.

(G) The Contractor shall be responsible for all risk to the works and for trespass and shall make good at his own expense all loss or damage whether to the works themselves or to any other properly of the Railway or the lives, persons or property of others from whatsoever cause in connection with the works until they are taken over by the Railway and this although all reasonable and proper precautions may have been taken by the Contractor and in case the Railway shall be called upon to make good any costs, loss or damages, or to pay any compensation, including that payable under the provisions of the Workmen’s compensation Act or any statutory amendments thereof to any person or persons sustaining damages as aforesaid by reason of any act, or any negligence or omissions on the part of the contractor the amount of any costs or charges including costs and charges in connection with legal proceedings, which the Railway may incur in reference thereto, shall be charged to the Contractor. The Railway shall have the power and right to pay or to defend or compromise any claim of threatened legal proceedings or in anticipation of legal proceedings being instituted consequent on the action or default of the Contractor, to take such steps as may be considered necessary or desirable to ward off or mitigate the effect of such proceedings, charging to Contractor, as aforesaid, any sum or sums of money which may be paid any expenses whether of any such payment, defense or compromise, and the incurring of any such expenses shall not be call in question by the Contractor.

(H) The area of work should be demarcated by providing barricades and signboard, which will enable the workmen posted at site and also the lorry drivers to have clear guidelines of movement of vehicles.

(I) All the work inside a tunnel, deep cuttings, on bridges, constricted areas etc. should be carried out in accordance to the provisions in Chapter VIII of IRPWM and Para 1009 of Bridge Manual 1998 and preferably under block protection.

7. SAFETY FIRST BOOK. The successful tenderer(s) i.e. the contractor(s) shall purchase, if he does not already possess a copy of the

booklet “ SAFETY FIRST ” which may be purchased from the office of the Chief Administrative Officer (Con) / East Central Railway, Mahendrughat, Patna - 4.

8. ENGAGEMENT OF ENGINEERING GRADUATES/DIPLOMA HOLDERS (i) In terms of provisions of new Clause to the General Conditions of Contract (GCC), contractor shall also

employ following Qualified Engineers during execution of the allotted work.

(a) One Qualified Graduate Engineer when cost of work to be executed is Rs.200 lakh and above, and (b) One Qualified Diploma Holder Engineer when cost of work to be executed is more than Rs.25 lakh, but

less than Rs.200 lakh. (ii) Further, in case the contractor fails to employ the Qualified Engineer, as aforesaid in Para 3 above, he in terms

of provision of Clause 26A.2 to the General Conditions of Contract, shall be liable to pay an amount of Rs.40,000 and Rs.25,000 for each month or part thereof for the default period for the provisions, as contained in Para 3(a) and 3(b) above respectively.

(iii) Provision for deployment of Qualified Engineer (Graduate Engineer or Diploma Holder Engineer) shall be for the values as prescribed above. However, for the works contract tenders, if it is considered appropriate by the tender inviting authority, not to have the services of qualified engineer, the same shall be so mentioned in the

Page 55 of 81

tender documents by the concerned Executive with the approval of Officer not below the level of SAG Officer, for reasons to be recorded in writing.

8A. Clause GCC- Provision of efficient and competent staff at work sites by the contractor:

(i) The contractor shall place and keep on the works at all times efficient and competent staff to give the necessary directions to his workmen and to see that they execute their work in sound & proper manner and shall employ only such supervisors, workmen & labourer in or about the execution of any of these works as are careful and skilled in the various trades.

(ii) The contractor shall at once remove from the works any agents, permitted sub-contractor, supervisor, workman or labourer who shall be objected to by the Engineer and if and whenever required by the Engineer, he shall submit a correct return showing the names of all staff and workmen employed by him.

(iii) In the event of the Engineer being of the opinion that the contractor is not employing on the works a sufficient number of staff and workmen as is necessary for proper completion of the works within the time prescribed, the Contractor shall forthwith on receiving intimation to this effect deploy the additional number of staff and labour as specified by the Engineer within seven days of being so required and failure on the part of the Contractor to comply with such instructions will entitle the Railway to rescind the contract under Clause 62 of these conditions.

8B. Clause GCC- Deployment of Qualified Engineers at work sites by the contractor:

(i) The contractor shall also employ Qualified Graduate Engineer or Qualified Diploma Holder Engineer, based on value of contract, as may be prescribed by the Ministry of Railways through separate instructions from time to time.

(ii) In case the contractor fails to employ the Engineer, as aforesaid in Para above he shall be liable to pay penalty at the rates, as may be prescribed by the Ministry of Railways through separate instructions from time to time for the default period for the provisions, as contained in Para above. No. of Qualified Engineers required to be deployed by the contractor for various activities contained in the works contract shall be specified in the tender documents as “special condition of contract” by the tender inviting authority.

8C. It has also been decided that for track related contractual works of values, as specified in above, individuals having Diploma in Railway Engineering awarded by IPWE (India) shall also be considered as qualified Diploma Holder Engineers and contractors for track contract works can employ such individuals at their work site on Indian Railways.

9. TOOLS AND PLANTS It should be clearly understood that it is entirely the Contractor’s responsibility and liability to find, procure and use all machinery, tools and plants and their spare parts that are required for efficient and methodical execution of the work. Delay in procurement of such items due to their non-availability or import difficulties or any other cause whatsoever will not be taken as an excuse for not carrying out the work.

10. QUALITY ASSURANCES (ii) The Contractor will submit QAP (Quality Assurance Programme) conforming to ISO 9001 or similar

accreditations, in details in regard to the measures, which will be taken by them for quality assurance during execution of the work. The details should include the ISO 9001 or similar accreditation measures to be adopted, testing facilities to be developed at site and consultants to be engaged in this regard if any.

(iii) The contractor shall create a separate Quality Assurance Cell which shall be responsible exclusively for monitoring of quality aspects as per approved Quality assurance plans etc, specifications and contract conditions. No personnel of this cell shall, in any case, be involved in execution of works.

(iii) During the execution of work, the Firm will have to comply with all the measures directed by the Engineer to ensure quality of work. The decision of the Engineer in this regard will be final.

(iv) In case a contractor executes a work, which is below the specified structural strength, the work shall be dismantled and re-executed at contractor’s cost at the sole discretion of the Engineer at site.

(v) In case a contractor executes a work which is structurally up to specification, but sub- standard in finish, the same may be approved and accepted by the Railway in case where finish is not so important, at the Railways’ sole discretion, provided that where such a work is accepted, the payment for such work shall be at 80% of rates accepted for such work in the Schedule of items.

11. WORKMEN OF THE CONTRACTOR (S) (i) It would be appreciated by the Contractor(s) that there are a number of areas of work where no amount of

supervision by Railway can ensure proper quality of work. The quality can only be ensured if competent, experienced and skilled workmen are employed to carry out the job.

(ii) The Contractor shall, therefore, engage workmen having adequate competence, experience and skill for doing the work at site.

(iii) In case the Engineer-at-Site finds that any one or more of the workmen of the Contractor is not competent or is in-experienced or not skilled enough, he may order the contractor to remove such workmen from the site of work and to replace them by other suitable workmen. The Contractor shall be bound to remove such workmen

Page 56 of 81

from site and to replace them by suitable workmen without any claim and/or delay, the decision of the Engineer-at-Site shall be final and binding on the contractor.

12. USE OF EXPLOSIVES. 12.1 Arrangement, storage and use of explosive for blasting will be the responsibility of the contractor, in

accordance with Law & Regulations in force at the material time, including obtaining necessary licenses. 12.2 All equipment’s, machinery, tools, like large capacity air compressors, Pneumatic rock drills, power shovels,

dumpers shall be arranged, maintained and operated by the contractor. 12.3 The contractor(s) shall be responsible for taking full precautions for ensuring proper safety of life and property

adjoining the areas, where explosives are used/ stored and shall pay for all the damages caused as a result of use/storage of explosives.

12.4 Tenderer’s special attention is drawn to the conditions of contract in respect of Explosive and Blasting as enumerated in clause 35 of GCC 2008.

13. NIGHT WORK: The contractor shall have to carry on with the work during night if considered essential to maintain the

progress of the work and his quoted rates should be inclusive of any additional expenditure involved in the working at night. Such work should, however, be made by the contractor at his cost. Prior permission of Dy.CE/Con shall be obtained for night working. Permission once given by Dy.CE/Con may be withdrawn if considered necessary due to any reason.

14. APPROACH ROAD ETC: The contractor at his own cost shall develop and maintain all the required approach roads for proper execution

of various items of this contract. 15. MAINTENANCE PERIOD: Contractor has to maintain the completed works in satisfactory condition for a period of 06 months or one

monsoon season whichever is later from the date of completion/handing over of all the works covered under this contract.

16. COMPLETION DRAWINGS: Contractor shall, within his quoted rates, prepare and submit detailed completion drawings of all the works

executed by him, prepared in AUTOCAD, in three copies on tracing sheets, six copies on paper-sheets and three copies in CD. Drawings may be submitted in phased manner as the works get completed as directed by Engineer. However, all the drawings shall be submitted within 30 days of date of completion.

17. CONTRACTOR TO STUDY DRAWING & SPECIFICATIONS ETC. AND HIS LIABILITY The tenderer shall be responsible for close scrutiny of the approved drawings supplied by the Railway. For any

discrepancies, error or omissions in the drawings or in other particulars indicated therein, the contractor shall approach the Railway immediately for rectification of such discrepancies, errors and omissions. If any dimension/figure/ features etc. on approved drawings or plans differ from those drawings or plans issued to the tenderers at the time of calling of the tender, the dimensions as figured upon the approved drawings or plans shall be taken as correct. No claim shall be entertained on this account and decision of Railway shall be final, binding and conclusive on the contractor.

18. LAND FOR OFFICE AND FABRICATION YARD/STORE/ASSEMBLY YARD ETC: No land belonging to or in possession of Railway shall be occupied by the contractor without the permission of

Railway. The contractor shall not use or allow to be used, the site for any purpose other than that of executing the work. Whenever non railway bodies/persons are permitted to use railway premises with competent authority’s approval, conservancy charges as applicable from time to time may be levied.

Witness: 1. ___________________________ Signature of Tenderer(s)

2. __________________________ Date:

Page 57 of 81

East Central Railway, CHAPTER-V Office of the Chief Administrative Officer (Con)

Mahendrughat, Patna - 800004. LETTER OF APPLICATION BY THE TENDERER

FORM OF TENDERER (FIRST SHEET) Tender No……………………………………. Name of work ……………………………….. To The President of India Acting through the ……………….. ……………………………………. …………………………………….Railway I/We …………………..have read the various conditions to tender attached here to and agree to abide by

the said conditions. I/We also agree to keep this tender open for acceptance for a period of

…………….. days from the date fixed for opening the same and in default thereof, I/We will be liable

for forfeiture of my/our “Earnest Money”. I/We offer to do the work for …………………..Railway, at

the rates quoted

in the attached schedule and hereby bind myself/ourselves to complete the work in all respects within

………………………months from the date of issue of letter of acceptance of the tender.

2. I/We also hereby agree to abide by the General Conditions of contract corrected up to

printed/advance correction slip No………. dated …..and to carry out the work according the Special

Conditions of Contract and Specifications of materials and works at laid down by Railway in the

annexed Special Condition/Specifications and the …. Railway Works Hand Book Part II/III corrected

up to printed/advance

correction slip No. dated ………….Sanitary Works Hand Book corrected up to printed/advance

correction slip No……… dated ……. Schedule of Rates Part I and Part II corrected up to

printed/advance correction slip No. …. Dated ….. for the present contract.

3. A sum of Rs…….. is herewith forwarded as Earnest Money. The full value of the earnest Money

shall stand forfeited without prejudice to any other right or remedies in case my/our Tender is accepted

and if:-

(a) I/We do not execute the contract documents within seven days after receipt of notice issued by the

Railway that such documents are ready; and

(b) I/We do not commence the work within fifteen days after receipt of orders to that effect.

4. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a

binding contract between us subject to modifications, as may be mutually agreed to between us and

indicated in the letter of acceptance of my/our offer for this work.

Signature of Witness:- (1)………………… (2)………………… ………………………………… Signature of Tender(s) Date……….. Address of the Tender(s)

Page 58 of 81

East Central Railway CHAPTER – VI

(Construction Department)

Tender Notice No. 22 of 2014-15 (Open)/South 0 of 2012-13 (Open)/South Tender No. 30 of 2014-15 (Open)/South

Name of Work :- Earthwork in embankment, Blanketing, construction of retaining wall etc. in connection with remodeling of Lakhisarai yard.. .

Schedule of items (Rates to be quoted in this rate sheet only) S. N.

Description of item Rate (% above/below/at par) In Figure In words

Schedule-A-I 1 Over all percentage above/below/at par over the basic cost of all the

items under Annexure A-I. (Approx. basic cost Rs. 2,10,33,300.00) As per details in Annexure A-I.

Schedule-B-I 2 Over all percentage above/below/at par over the basic cost of all the

items under Annexure B-II (Approx. basic cost Rs. 2,28,52,157.00) As per details in Annexure B-I.

Schedule-B-VI 3 Over all percentage above/below/at par over the basic cost of all the

items under Annexure B-XI (Approx. basic cost Rs. 83,19,252.25) As per details in Annexure B-VI.

Schedule-B-XII 4 Over all percentage above/below/at par over the basic cost of all the

items under Annexure B-XII (Approx. basic cost Rs. 1,500,000.00) As per details in Annexure B-XII

Schedule- C-I 5 Over all percentage above/below/at par over the basic cost of all the

items under Annexure C-I (Approx. basic cost Rs. 51,06,147.20) As per details in Annexure C-I.

Schedule- C-II 6 Over all percentage above/below/at par over the basic cost of all the

items under Annexure C-II (Approx. basic cost Rs. 1,61,15,000.00) As per details in Annexure C-II.

*This tender schedule does not contain Sch A-II, A-III,B-II, B-III, B-IV,B-V,B-IX,B-X,B-XI and C-III because no item are there in these schedule.

Notes: - 1. Rates shall have to be quoted as percentage above or below for each schedule

separately. Tenderers must not quote item wise rates. In case any tenderer quotes unified percentage for each schedule and also quotes item wise rates against individual items, no cognizance would be taken for the item wise rates quoted by the tenderers. However, railways reserves the right to cancel any tender wherein item wise rates has been quoted.

2. If any tenderer(s) wishes to give any rebate on the above rates quoted by him, the same shall be quoted by him in schedule-D attached. Rebate offered, shall apply in all the above schedules.

Witness: - 1. Signature of tenderer 2. Dated:_____________

Page 59 of 81

EAST CENTRAL RAILWAY (Construction Department)

Schedule – ‘D’

(REBATE)

Tender Notice No. 22 of 2014-15 (Open)/South 0 of 2012-13 (Open)/South Tender No. 30 of 2014-15 (Open)/South Name of Work :- Earthwork in embankment, Blanketing, construction of retaining wall etc. in connection with remodeling of Lakhisarai yard.. I/we offer general rebate of------------------% (In figures) % ----------------------- (in words) as lump sum rebate on all items of all schedules (viz. Schedule “ A-I to C-II”) of these tender Schedules; NOTES:

1. If any tenderer wishes to give any rebate on the rates quoted by him, the same can be filled by him in this schedule.

2. It is to be noted that such rebate if offered, shall apply on the rates quoted for all the

items in all the other Schedules of the tender documents. Such a rebate shall be totally unconditional.

3. In case a tenderer does not wish to give any rebates, he should write ‘NIL’ in this

schedule. In case nothing has been filled in by the tenderer in this schedule it will be treated as ‘NIL’ and shall be so recorded in the blanks above at the time of opening of the tender by the officials opening the tenders.

4. If any tenderer gives any type of conditional rebates, such rebate shall not be

considered for evaluation of the tender.

Witness: - 1. Signature of tenderer 2. Dated:_____________

Page 60 of 81

Annexure of Schedule-A-I East Central Railway

(Construction Department)

Tender Notice No. 22 of 2014-15 (Open)/South 0 of 2012-13 (Open)/South Tender No.31 of 2014-15 (Open)/South

Name of Work: Earthwork in embankment, Blanketing, Construction of Retaining wall etc. in connection with remodeling of Lakhisarai yard.

Sl.No Description of item unit Quantity Rate (Rs.)

Amount (Rs.)

1 Supplying and providing of blanketing material conforming to latest RDSO's specifications , spreading in layers of thickness approved by Engineer-in-charge in loose state, watering/drying and compacting the same with contractor's heavy duty power driven vibratory roller of 10-12 tonnes capacity or as required to provide blanket of upto 1000mm or as required in layers 300 mm thick or as directed on the top of formation, levelling and dressing the same as per R.D.S.O's specifications and as directed by Engineer-in-charge complete in all respect.

Cum 15000 1402.22 21033300.00

Total Cost Rs. 21033300.00

Witness: - 1 Signature of tenderer 2 Dated:_____________

Page 61 of 81

Annexure of Schedule- B-I East Central Railway

(Construction Department)

Tender Notice No. 22 of 2014-15 (Open)/South 0 of 2012-13 (Open)/South Tender No.30 of 2014-15 (Open)/South

Name of Work: Earthwork in embankment, Blanketing, Construction of Retaining wall etc. in connection with remodeling of Lakhisarai yard.

S.N.

Items of

ECR,s USSOR

2012

Description Unit Rate (Rs.) Qty Amount

(Rs.)

1 014110 Providing and removing barricading with the help of portable fencing along the running track where the work is to be done in close vicinity of the track. Fencing shall consist of self supporting steel angles of size 50 x50x6mm, 1.5m long provided with hooks etc. and embedded in CC 1:2:4 block of size 0.23x0.23x0.23m placed at c/c distance of 2m along the track. 12mm dia rods in three horizontal layers tack welded with the angle posts including providing retro-reflective tapes in Horizontal & vertical direction. Note : Released material will be the property of the contractor after the completion of work. Cost of cement to be paid separately.

metre 256.95 2000.00 513900.00

2 013120 Earthwork in filling in embankment, guide bunds, around buried type abutments, bridge gaps, trolley refuges, rain bunds, if provided, platforms etc. with earth excavated from outside railway boundary entirely arranged by the contractor at his own cost as per RDSO's latest guidelines and specifications and special condition of contract including all leads, royalty, lifts, ascents, descents, crossing of nallahs or any other obstructions. The rates shall include all dressing of bank to final profile, demarcation and setting out of profile, site clearance, removing of shrubs, roots of vegetations growth, heavy grass, benching of existing slope of old bank, all handling/re-handling, taxes, octroi and royalty etc. as a complete job. Cut trees shall be property of railways and to be deposited in the railway godown unless specified otherwise in the Special Conditions of Contract.

Cum 139.23 140000.00 19492200.00

Page 62 of 81

3 013130 Extra for mechanical compaction of earth/blanketing material filled in embankment with contractor’s rollers of suitable capacity, type and size to achieve specified density as per specification, testing as per IS codes including cost of water, T&P, consumable material and all labour as a complete job. The work is to be executed as per Latest edition of "Guidelines for Earthwork in Railway Projects" issued by RDSO, Lucknow.

Cum 14.80 140000.00 2072000.00

4 014051 Turfing with sods, 10cm thick and 20cm square closely laid

100 Sqm

5160.38 15000.00 774057.00

Total Rs.= 22852157.00

Note:- 1 Only one percentage is to be quoted. 2 The item description as given is only brief and work is to be executed as per the detailed description and

specifications available in ECR USSOR 2012 and Indian Railways Unified standard specification for works and materials.

3 In case of any discrepancy in item details/ rates /unit and item reference of ECR USSOR 2012 as mentioned in this schedule, the corresponding provisions of the ECR USSOR 2012 shall prevail and the decision of the Railway in this regard shall be final and binding

Witness:- Signature of tenderer 1 Dated: _____________ 2

Page 63 of 81

East Central Railway Annexure-B-VI

(Construction Department)

Tender Notice No. 22 of 2014-15 (Open)/South 0 of 2012-13 (Open)/South Tender No. 30 of 2014-15 (Open)/South Name of Work: Earthwork in embankment, Blanketing, Construction of Retaining wall etc. in connection with remodeling of Lakhisarai yard.

S.N.

Items of

ECR,s USSOR

2012

Description Unit Rate (Rs.) Qty Amount

(Rs.)

192010 Earthwork in excavation for foundations and floors of the bridges, retaining walls etc. including setting out, dressing of sides, ramming of bottom, getting out the excavated material, back filling in layers with approved material and consolidation of the layers by ramming and watering etc. including all lift, disposal of surplus soil upto a lead of 300m, all types of shoring and strutting with all labour and material complete as per drawing and technical specification as directed by Engineer in charge

1 192011 All kinds of soils cum 292.93 2500.00 732325.00 2 192020 Extra for the quantity of works, executed in or

underwater and/or liquid mud including pumping out water as required

cum 58.58 2500.00 146450.00

3 192030 Providing and laying Plain Cement Concrete 1:3:6 with graded stone aggregates of 40mm nominal size in foundation and floors etc

cum 2234.33 125.00 279291.25

4 192040 Providing and laying in position machine mixed, machine vibrated and machine batched Design Mix Cement Concrete M35 grade (Cast in-Situ) using 20mm graded crushed stone aggregate and coarse sand of approved quality in RCC raft foundation & Pile cap including finishing, using Admixtures in recommended proportions (as per IS:9103), if approved in Mix design to accelerate or retard setting of concrete and/or improve workability without impairing strength and durability complete as per specifications and direction of the Engineer in charge. Payment for cement, reinforcement and shuttering shall be paid extra.

cum 2745.77 900.00 2471193.00

192060 Providing and laying in position machine mixed, machine vibrated and machine batched Design Mix Cement Concrete M35 grade (Cast in-Situ) using 20mm graded crushed stone aggregate and coarse sand of approved quality for the following Reinforced cement concrete structural elements up to height of 10m from foundation top level, including finishing, using Admixtures in recommended proportions (as per IS:9103), if approved in Mix design to accelerate or retard setting of concrete and/or improve workability without impairing strength and durability complete as per specifications and direction of the Engineer in charge. Payment for cement, reinforcement & shuttering shall be paid extra.

5 192062 Wing wall and Return wall cum 3020.34 700.00 2114238.00

Page 64 of 81

195030 Centring and shuttering including strutting, propping etc. and removal of form for :

6 195031 RCC Raft Foundation & Pile cap Sqm 138.30 400.00 55320.00 7 195032 Abutment, pier, wing walls and return walls Sqm 227.40 3000.00 682200.00

8 221070 Providing and laying Filter Material as per RDSO Specifications underneath pitching in slopes complete etc.

cum 2626.05 700.00 1838235.00

Total Rs.= 8319252.25 Note:- 1 Only one percentage is to be quoted. 2 The item description as given is only brief and work is to be executed as per the detailed description and

specifications available in ECR USSOR 2012 and Indian Railways Unified standard specification for works and materials.

3 In case of any discrepancy in item details/ rates /unit and item reference of ECR USSOR 2012 as mentioned in this schedule, the corresponding provisions of the ECR USSOR 2012 shall prevail and the decision of the Railway in this regard shall be final and binding

Witness:- Signature of tenderer

1

Dated: _____________

2

Page 65 of 81

East Central Railway Annexure-B-XII

(Construction Department)

Tender Notice No. 22 of 2014-15 (Open)/South 0 of 2012-13 (Open)/South Tender No. 30 of 2014-15 (Open)/South Name of Work: Earthwork in embankment, Blanketing, Construction of Retaining wall etc. in connection with remodeling of Lakhisarai yard.

(Unforeseen items based on USSOR -2012)

Sl.No Description of item unit Basic cost

Rate in Fig

Rate in Words

1 Over all percentage above/below/at par over the rates under Mugalsarai Division, Engineering Department, USSOR, E.C.Railway 2012 as per items not covered by the items of schedule A,-I,,B-I,B-VI,C-I &,C-II.

% above/% below/at par

1500000

NOTES:- (1) Any item of chapter of ECR USSOR, 2012 not included in any of the existing schedule ‘B’,

mentioned above, can be executed under this Schedule.

(2) Only one percentage is to be quoted on summary sheet. (3) Under this schedule work will be executed only after work order is issued with the approval of

competent authority (concerned Dy.CE/Con/DNR).

(4) The item description as given is only brief and work is to be executed as per the detailed description and specifications available in ECR USSOR 2012 and Indian Railways Unified standard specification for works and materials.

(5) In case of any discrepancy in item details/ rates /unit and item reference of ECR USSOR 2012 as mentioned in this schedule, the corresponding provisions of the ECR USSOR 2012 shall prevail and the decision of the Railway in this regard shall be final and binding.

Witness:- 1. Signature of tenderer 2. Dated: _____________

Page 66 of 81

East Central Railway Annexure- C-I

(Construction Department)

Tender Notice No. 22 of 2014-15 (Open)/South 0 of 2012-13 (Open)/South Tender No. 30 of 2014-15 (Open)/South Name of Work: Earthwork in embankment, Blanketing, Construction of Retaining wall etc. in connection with remodeling of Lakhisarai yard.

Annexure of Sch C-I (Supply of Cement)

S.N.

Items of ECR,s

USSOR 2012

Description Unit Rate (Rs.)

Total Qty. Amount (Rs.)

033060 Supply and using cement at worksite :

1 33061 OPC 43 Grade MT 6631.36 770 5106147.20

Total Rs. 5106147.20 Note:- 1. Material as per requirement shall be brought to site and kept under contractors custody at his own cost and risk without any damage like setting of cement rusting f steel etc.

2. Payment for the materials will be made through running and final bills as per actual consumption in the work and whatever the wastage that takes place i.e. cut pieces, empty cement bags etc. will be the contractors property and the same shall be removed from the site at his own cost.

3. Cement is to be procured from the main producer/ authorized dealers and shall conform to latest IS (BIS) specifications. Cement bags preferably be in paper bags should bear following information’s in legible marking.

(i) Manufacturers name (ii) Registered trade mark of manufacture, if any (iii) Type of cement (iv) Weight of each bag in kg. or no. of bags/ ton (v) Date of manufacture generally marked as well as month/year of manufacture (vi) It will bear the ISI certification mark.

4. Manufacturers test certificate conforming to latest IS specification should be produced by the contractor, duly authenticated by the gazetted officer of the Engineering department.

5. Contractor shall also establish his own field laboratory equipped with apparatus, duly manned for carrying out the following tests of the cement according to relevant IS (BIS) specifications.

(i) Compressive and tensile strength (ii) Initial and final setting time (iii) Consistency (iv) Soundness (v) Fineness modules

6. The Railway reserves the right to take samples of materials supplied by the contractor and to get the same tested in reputed laboratories and the results thereof shall be binding on the contractors.

7. Cement should be used within three months of its manufacture and set and clodded cement is not to be used

Witness:- 1. Signature of tenderer 2. Dated: _____________

Page 67 of 81

East Central Railway Annexure- C-II

(Construction Department) Tender Notice No. 22 of 2014-15 (Open)/South 0 of 2012-13 (Open)/South Tender No. 30 of 2014-15 (Open)/South Name of Work: Earthwork in embankment, Blanketing, Construction of Retaining wall etc. in connection with remodeling of Lakhisarai yard.

S.N. Items of ECR,s

USSOR 2012

Description Unit Rate (Rs.)

Qty Amount (Rs.)

045010 Supplying reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete -

1 045016 Thermo-Mechanically Treated bars Kg 64.46 250000 16115000.00

Total Rs. 16115000.00

Note 1. Material as per requirement shall be brought to site and kept under contract’s custody at his own

cost and risk without any damage like rusting of steel etc. 2. Payment for the materials will be made through running and final bills as per actual consumption

in the work and whatever the wastage that takes place i.e. cut piece etc will be the contractors property and the same shall be removed from the site at his own cost

3. All Reinforcement Steel (TMT Bars) and Structural Steel shall be procured As per Specifications mentioned in BISs documents - IS:1786 and IS:2062 respectively. Independent tests shall be conducted, wherever required, to ensure that the materials procured conform to the Specifications. These steel shall be procured only from those firms, which are Established, Reliable, Indigenous & Primary Producers of Steel, having Integrated Steel Plants (ISP), using iron ore as the basic raw material and having in-house iron Rolling facilities, followed by production of liquid steel and crude steel, as per Ministry Of Steel's guidelines. However, only certain isolated sections of structural steel, not being rolled by ISPs, can be procured from the authorized re-rollers of ISPs or authorized licensee of BIS having traceability system and who use billets produced by ISPs. Traceability shall be ensured by an officer specially authorized by the concerned SAG officer of the Zonal Railway on case to case basis for this purpose."

4. The Railway reserves the right to take samples of materials supplied by the contractor and to get the same tested in reputed laboratories and the results thereof shall be binding on the contractors.

Witness:- 1. Signature of tenderer 2. Dated: _____________

Page 68 of 81

EAST CENTRAL RAILWAY

(CONSTRUCTION DEPARTMENT)

TENDER NOTICE No. 22 of 2014-15 (Open)/South

TENDER No.30 of 2014-15 (Open)/ South NAME OF WORK: Earthwork in embankment, Blanketing, construction of retaining wall etc. in connection with remodeling of Lakhisarai yard.

Date of Dropping : 15.04.15

Date of Opening : 17.04.15

Office of the Chief Administrative Officer (Con) Mahendrughat, Patna – 800 004.

PART-II

Page 69 of 81

CHAPTER-VII

East Central Railway Office of the Chief Administrative Officer (Con)

Mahendrughat, Patna - 800 004

SPECIAL CONDITION & SPECIFICATION FOR EARTHWORK.

1. GENERAL 1.1 Earthwork shall be done generally in accordance with provision of General Conditions of Contract and

East Central Railway Standard Specifications for Works and materials-2008.

1.2 The book “ Guide line for Earthwork in Railway Projects” Guide line (GE:G-1) issued by Geo-technical wing of RDSO in July 2003 known here under, as “RDSO guidelines” shall form the basis of principles for conducting all testing and execution of work of embankments. A copy of this book can be purchased form the office of Chief Admin. Officer (Con), East Central Railway, Patna at a price of Rs 100/-.

1.3 Standard sections for Earthwork in formation, cutting, blanketing for single line, double line conventional doubling are given in the Indian Railways Permanent Way Manual 2004 and Indian Railways Code for Engineering Dept. 1993,which are Government of India’s priced publications. However, a set of such standard sections can be purchased from the office of Chief Admin. Officer(Con), East Central Railway, Patna at a price of Rs 100/-.These sections are for guidance of contractor to assess the type of work involved but the actual dimensions/side slopes etc. may vary to some extent depending on local conditions.

1.4 Where these conditions and specifications are in conflict with or repugnant to the East Central Railway Standard Specifications and/or other books mentioned as Book of Reference in this tender document, the clause of these Special Conditions and Specifications shall prevail.

2. EARTHWORK.

2.1 Before the work is started, the whole area between the toes of the bank or top of cutting shall be properly cleared by the contractor of all Trees, Roots, Heavy grass and all obstructions. No extra payment will be made for such work. All trees of girth (parameter) more than 12 inch at 1 meter above the bottom shall be the property of the Railway and the Contractor shall, after uprooting, deposit the same with Railway. Before cutting trees, necessary permission required from the forest department or any other appropriate authority, shall be taken, by the contractor on the basis of Railway’s recommendatory letter.

2.2 (a) Where an embankment is being extended in width, the slope of the existing embankment shall be benched as per specification of GCC and the cost for the same shall be included in the through rate and shall not be payable separately.

(b) Before commencing the work, Labeling as specified in GCC & East Central Railway Standard Specifications for Works and materials-2008 shall be done.

3. PAYMENT. 3.1 Payment shall be made on finished cross sectional quantities, cross sectional areas at various points shall

be worked out and the arithmetic mean of the areas, at any two such continuous points multiplied by the horizontal distance between these two points measured along the centerline of the alignment shall be taken as the quantity of earthwork between the two points on which the payment shall be made. The contractor shall have no claim for the quantities over and above the payments on account of subsidence, base settlement, wastage or guttering due to rain, floods, wind, wave wash etc. All bridges and other gaps shall be deducted in full from the quantity of the earthwork.

3.2 SETTLEMENT ALLOWANCE: Where the embankment is compacted to specified dry density mentioned hereunder, no allowance for settlement of the bank shall be made, where the bank has

3.3 been formed by dumping earth, light tamping, and/or passing a monsoon over it, necessary allowances for settlement as specified in the GCC shall be made.

3.4 All payments shall be made in accordance with items given in the “Schedule of Items” only. Any arrangements/works required to be done to achieve the work defined in various Items of the “Schedule of Items” shall be done at contractor’s cost without any extra payment and the Contractor should include such expenses in the rates quoted against the said items.

3.5 While making embankment, earth shall not be dumped in any standing water at the location where embankment has to be constructed. If there is any standing water, the same shall be drained or pumped out completely before any earth is dumped in this area. In case of draining out or pumping out water, no extra payment will be made to the contractors and quoted rates for earthwork shall cover all such charges.

Page 70 of 81

3.6 There shall be only two classifications of soil, e.g. (a) All types of soil except those requiring blasting for excavation (b) those requiring blasting. All the payments for excavations in cuttings shall be made as per the Schedule of Items only on the basis of these two classifications.

3.7 LEAD / LIFT etc.: No separate lift / crossing of line or similar item shall be payable separately otherwise than provided in the Schedule of items. Lead shall be payable as provided in the Schedule of Items.

3.8 Lead for the purpose of payment will be measured on a longitudinal section of the alignment from center of gravity of the Cut to the center of the gravity of the fill, along a straight line. Measurements of distance of lead shall not be done at site even if the contractor does not or is unable to follow this straight line. The assessment of lead is a drawing table exercise. The L-section shall be divided into segments, each of appropriate and suitable length, and volume of earthwork in each segment calculated.

Segments of cut and fill will then be matched and lead measured from L-section from center of gravity of cut to center of gravity of fill, in such a way that the total amount payable on the lead is the least. For this purpose, spoils are not to be lead across obstruction caused by waterways with major bridges unless a road bridge exists by the side of the alignment. Waterway with minor bridges shall be ignored because contractor is expected to build temporary culverts across them on its own cost for leading spoils. It is desirable that the contractor before commencing work draws the lead chart in L-section based on the above guidelines and tentatively decides lead and fills area. The contractor shall try to stick to this lead during execution of the work. The contractor in his rate, if any, shall cater for variations.

3.9 The spoils from cuttings shall normally be utilized for earthwork in embankment. Where the cutting spoil has been used for making embankment, payments shall not be made for both cuttings as well as embankments. Only one payment, i.e., for cutting shall be allowed. However, lead over free lead (100 M) will be paid separately as provided in the schedule of the work. Surplus, unsuitable spoils shall be dumped in neat stacks on Railway land or disposed off as directed by Engineer at site for which no extra payment will be made.

3.10 Stone excavated from cuttings, which may be considered useful for use as building stone, for pitching or for breaking into ballast or chips shall be stacked separately by the contractor as directed by the Engineer at site. This stone will be property of the Railway and may be issued as Railway materials to the contractors as pitching etc. in accordance with relevant Item of L&M Schedule.

3.11 If any service roads, culverts, bridges etc. are to be built, the contractor shall build the same at his own cost., including ramps for transporting earth to make embankment, all the service roads are to be maintained by the contractor at his own cost. No separate payment for such works shall be made.

3.12 The contractor shall break all clods / lumps of soil and fill up all hollows in the earthwork in embankment by light tamping / consolidation which may be achieved by a few passes of plate vibrator or a suitable type of roller. The rates in items in earthwork in embankment shall include this.

3.13 The contractor may be asked to use Geo-Synthetics / Geo textiles in the embankment if it is found that the use of Geo-synthetics reduces the overall cost considerably. In such an event, special rates and conditions shall be separately negotiated with the contractor, but the contractor shall have no claim for reduction in quantities of other items. At the time of such negotiations, the Railway shall obtain a “No Claim “certificate to this effect. The Railway also reserves the right to get the installations of the Geo-synthetics / Geo textiles etc. executed through other agencies

3.14 The borrow pits shall be kept sufficiently away from the toe of the embankment to prevent base failures. The contractor may carry out a stability analysis to decide the distance. In case such analysis is not done, this distance of borrow pits from the toe of the bank shall be minimum of 3.0 meter + height of the bank.

3.15 The work of bolder pitching, turfing etc. Shall be carried out under ECR/SOR 2008 unless other wise specified.

3.16 Turfing shall be done during monsoon period only. The contractor shall take care of the turfing including watering of the turfing, in case of failure of monsoon, till the sods/seeds take firm roots. The sods/seeds shall be of approved quality.

4. SOIL EXPLORATION/ TESTING 4.1 The contractor shall arrange for testing of the soil at his own cost without any extra payment for every

500 m to ascertain the suitability of the soil for formation of embankment, to obtain its heavy proctor density characteristic and to obtain strength parameters such as cohesion (C) and angle of internal friction ‘ϕ’ etc of the soil in the compacted / un-compacted conditions in the embankment in order to design slopes. The testing of the soil to be done in accordance with the following RDSO guidelines

4.2 SOIL EXPLORATION TO BE DONE AS UNDER.

(A) Cutting (> 6.0 m depth) . (1) Bore logs: (Depth = Depth of cutting + 3.0 minimum) (2) Collection of undisturbed soil samples: 100 mm diameter at every 1.5m interval or change of strata.

Page 71 of 81

(3) Laboratory tests of soil sample. (a) Soil classification as per IS standard. (b) Grain size analysis (clay, slit, sand and gravel %) including hydrometer analysis. (c) Natural Moister Contents ( NMC) (d) Natural Dry Density (NDD). (e) Liquid limit, Plastic limit. (f) Effective Shear Parameters. C = (effective cohesion), φ = (effective angle of shear

resistance). Tests to be done in fully saturated condition: (g) Tri-axial shear apparatus (CU) test: - Consolidated un-drained tests with pore pressure

measurements Or Direct shear test in consolidated drained condition (CD) test.

(B) Embankment (> 6.0 m height)- Subsoil investigation. (1) Bore log (Depth =height of embankment) (2) Collection of undisturbed soil samples 100mm diameter at every 1.5m intervals or change of

strata. (3) Standard penetration test (N-Value) at 1.5m intervals in a bore hole. (4) Laboratory tests of soil samples.

(a) Soil classification as per IS standard. (b) Grain size analysis (clay, slit, sand and gravel %) including hydrometer analysis. (c) Natural Moister Contents ( NMC) (d) Natural dry density (NDD). (e) Liquid limit, Plastic limit. (f) Effective shear parameters. C = (effective cohesion), φ = (effective angle of shear

resistance). Tests to be done in full-saturated condition. (g) Tri-axial shear apparatus (CU) test: - Consolidated un-drained tests with pore pressure

measurements Or Direct shear test in consolidated drained condition (CD) test.

(C) Embankment (in swampy or in water logged areas even for height of embankment is less than 6.0m) (1) Soil exploration and testing as in the case of embankment of height more than 6.0m to

ascertain the depth of soft strata. (2) Laboratory test of soil samples. (a) Soil classification as per IS standard. (b) Grain size analysis (clay, slit, sand and gravel %). (c ) Natural Moister Contents ( NMC) (d) Natural Dry Density (NDD) (e) Liquid limit, Plastic limit. (f) Effective shear parameters. C = (effective cohesion), φ = (effective angle of shear

resistance). Tests to be done in full-saturated condition. (g) Tri-axial shear apparatus (CU) test: - Consolidated un-drained tests with pore pressure

measurements Or Direct shear test in consolidated drained condition (CD) test. (h) Consolidation test.

(C) Fill Material: soil classifications and shear parameters are required to design the safe side slope. (a) Effective shear strength parameters (C& φ) in remolded condition at 90% of max. dry density as

determined in accordance to IS : 2720-Pt.VIII (Heavy compaction). Tests are to be done in fully saturated condition.

(b) Soil classification as per IS standard. (c) Grain size analysis (clay, slit, sand and gravel %) including hydrometer analysis. (d) Liquid limit, Plastic limit. (e) Compaction test to determine

- Maximum Dry Density - Optimum Moisture Content (OMC) as per IS: 2720-Pt.VIII (Heavy compaction.).

(E) Slope stability: Based on soil survey and explorations locations showing signs of instability,

creep, slips etc. should be analyzed by stability analysis with effective shear strength parameter ensuring a minimum factor of safety of 1.4. Bank or cutting with height / depth of 6.0m or more must be checked for stability of slopes.

Page 72 of 81

4.3 The contractor shall also make arrangements for quality control of compaction of the embankment by establishing and manning adequate Field Laboratory (ies). The in-situ moisture content of compacted soil shall be determined according to the any one of the procedures given in IS: 2720 ( Pt. II)-1973 . The Field dry density should be determined by any one of the methods given in IS: 2720 (Pt. XXVIII)-1974 or IS: 2720(Pt. XXIX) 1975 or IS: 2720 (Pt. XXXIV)-1972. The tests shall be performed after removing top 5cm layer of earth (IS: 10379-1982).

4.4 The contractor shall establish Field Laboratory (ies) to cover all the above investigation except triaxial and other test ascertaining strength characteristics, for which he may appoint any other centralized laboratory where he will get the tests done at his own cost.

4.5 The contractor shall submit samples of earth which he proposes to use for formation of the embankment along with relevant tests results as prescribed above to the Engineer before commencing earthwork and shall get the same approved by Dy.CE / in charge for use.

While approval of the sample for use, the consideration of particles size distribution shall, not be only consideration. The safe slope of the embankment as can be obtained from that sample of earth when compacted according to these specifications; total quantities required and over all economy shall also be considered while considering the suitability of the earth for embankment.

5. DETERMINATION OF MAXIMUM DRY DENSITY: 5.1 For clayey soils: the maximum dry density shall be determined by heavy proctor compaction test in

accordance with IS: 2720(Pt. VIII)-1983. The dry density and moisture content relationship shall be obtained for a number of samples and shall cover moisture contents ranging from 2% less than the optimum moisture contents to plastic limit.

5.2 Sandy and silty soil: With moderate cohesion: (a) Where the soil is amenable to compaction and satisfactory results are contained when compacted by

heavy proctor test as per IS: 2720(Pt. VIII) 1983. The soil shall be treated like clayey soil in the manner mentioned above

(b) Where the soil is not amenable to test by heavy proctor test, field trial as per IS:10379 – 1982 shall be conducted to achieve moisture content, density and rolling relationship. Such moisture content should cover a range of high moisture content so that such relationship is available in quality control of compaction at higher moisture contents in accordance with Para below:

5.3 Gravelly soil : For gravel fraction up to 30% moisture content density relationship shall be obtained by heavy proctor test IS:2720 ( Pt. VIII)-1974 on 40mm IS sieve (IS 10379 –1982)

5.4 Weathered soils: In certain weathered soils behavior to compaction in field differ from laboratory compaction characteristics and the maximum compaction achievable for such soil in the field shall be determined in accordance with provision of method 3 of IS ; 10379-1982.

6. SUITABILITY OF EARTH FOR EMBANKMENT:

6.1 Soils shall be used for the embankment with approval of Dy.CE/ Con subject to the following. (a) Organic clay silts and peat shall not be used. (b) Poorly graded sands and gravels with uniformity coefficient of less than 2 should not be used for

earth work for the bank to safe guard against liquefaction under vibration of moving loads or especially during earthquake tremor.

(c) In gravelly soil, percentage of gravel shall not exceed 30%. (d) In situations where soils for construction of embankment consist of cobbles, boulders, rocks or

waste fragments etc largest size of material should normally not be greater than 2/3 rd of the loose layer thickness. However it should be ensured that after every 1 to 3 meter of such construction a 30cm layer of compacted soil (other than unsuitable soil for construction) be provided. A detailed slope stability analysis also needs to be carried out to ensure stability of such embankments. (Para No 5.2.2 of RDSO GUIDELINES FOR EARTHWORK IN RAILWAY PROJECTS)

(e) The soil shall be of “Low” “Potential expansivity” also called degree of expansion (refer IS: 2911- Part III). The differential free swell also called free swell index determine in accordance with IS:2720 part XI –1977 shall not exceed 20%.

6.2 Top 1m of the embankment shall be constructed with earth with liquids limit not exceeding 45 to avoid shrinkage, cracking of soil; etc. during change of weather. In case such soil is not available at a reasonable cost, the Engineer may permit the complete bank to be constructed out of the earth as available and increase the thickness of the blanketing suitably.

6.3 The moisture content of the soil, which the contractor brings to site for making embankment, should be appropriate for compaction as specified in these specifications, otherwise he has to make arrangement for adding extra moisture or drying the soil to achieve the desired moisture content.

6.4 PREFERRED FIELD MATERIAL: (i) Fine particles (less than 75 size) less than 50%.

Page 73 of 81

(ii) Liquid limit less than 35% and plastic index less than 15. (iii) Uniformity coefficient (C) greater than 7. (iv) Minimum achievable Dry Density with heavy compaction as per IS: 2720 Pt. VIII should be

greater than 1.85 gm/cc.

7. COMPACTION : 7.1 Before work is commenced, the contractor is advised to conduct, field compaction trials for his own

guidance so that compaction is efficiently and economically achieved. This trial should also be used to assess the thickness of the loose layer of soil that should be adopted for formation of the bank, as well as to determine the most efficient type of rollers. RDSO guidelines have given the suitable, type of roller and the same may be taken as guidance.

7.2 Water, if required, for adding to the earth shall be arranged free of cost by the Contractor himself.

7.3 The compaction of soil is essentially required for obtaining a uniform soil mass of desired density and known soil properties. The method of compaction should, therefore, be shown accordingly.

7.4 In cutting area the final surface shall be suitably compacted by suitable type of roller to achieve desired dry density/strength.

7.5 SUITABILITY OF TYPE OF ROLLER: Type of soil Suitable type of roller

Course grained soil such as gravels, sands and gravel sand mixtures with very little trace of fines

Rubber tyre roller, vibratory plate or smooth wheel roller.

Gravels or sands with appreciable amount of silt or clay Rubber tyre roller, vibratory rollers, sheep foot rollers.

Silts and clays of low plasticity. Rubber tyre roller, vibratory rollers, sheep foot roller.

Silts and clays of high plasticity. Sheep foot rollers and vibratory rollers. 8. METHOD OF COMPACTION OF EARTHWORK

8.1 After site clearance all pockets and depressions left in the soil, if any, shall be made good and compacted. Generally Earthwork shall be done in layers not exceeding 300 mm thick in loose state and compacted with suitable roller to obtain the specified density as per IS: 10379 –1982. The number of passes of the roller and the optimum thickness of each layer will be fixed after carrying out field trials with the roller proposed to be used from time to time from location to location. The main criteria are being to obtain the maximum density achievable uniformly.

8.2 Cohesionless soils shall be compacted to get a minimum density index (relative density) of 70% as obtained in accordance with IS: 2720(Pt. XIV) – 1983.

8.3 All other types of soils when compacted shall attain at least 98% of the maximum dry density as determined using heavy compaction in accordance with IS: 2720 (Pt. VIII) – 1983 followed by field trials as per IS: 10379 – 1982. In case, there are difficulties in achieving 98% of the MDD values as obtained by Laboratory test, in the field trials, the same may be relaxed upto 95% of MDD with the specific approval of Chief Engineer/construction, recording reasons of such relaxation

8.4 If the soil is dry, water shall be sprinkled either in the borrow pit or over the spread layer, as convenient in order to obtain a workable moisture content before rolling is commenced. Where the natural moisture content of borrow pit is high, compaction in higher moisture contents can be allowed by the permission of Engineer-in-charge.

8.5 Each layer shall be compacted to the specific density over its entire width commencing from the two sides, before another layer is started.

8.6 While compaction it shall be ensured that there is minimum overlap of 150 mm between each run of the rollers.

8.7 Care should be taken during the compaction operation to slope the surface of the bank to facilitate the shedding and to minimize the absorption of rainwater, particular attention being given to the prevention of ponding.

8.8 The Railway shall ascertain the density of each layer of compacted soil by testing adequate number of soil samples.

8.9 The quality of compaction work shall be determined by considering the Mean Density of the samples collected mostly on either side of the center line at intervals of 10 M or so with a few taken at random near the two sides in each layer. The Mean Dry Density shall be equal to or exceed the minimum

Page 74 of 81

specified density. In no individual case the density be less than the minimum value specified by more than 2% otherwise further rolling shall be done at the appropriate location.

8.10 The contractor shall be allowed to lay a further layer of soil only after the compaction of a particular layer has been found satisfactory.

8.11 The top of the formation shall be finished to a slope of 1 in 30 away from the centers.

8.12 Extra width of 50 cm shall be rolled on either side, which after finishing the bank up to final height shall be dressed to final cross section by removing the loose earth or extra width. No extra payment for this extra width shall be made

9. In parts to embankment which are inaccessible to the specified rolling equipment, e.g. around and in contact with culverts, abutments or in proximity to structure where rolling equipment will either not be possible to operate, or not permitted to operate, compaction shall be accomplished by hand tamping followed with plate vibrators or suitable mechanical means in layer of thickness not exceeding 150 mm. In such areas, the maximum dry density to be achieved as a result of compaction shall not be less than 90% of the maximum value achievable at that moisture content.

Witness 1. Signature of Tenderer 2. Dated:____________

Page 75 of 81

CHAPTER-VIII East Central Railway

Office of the Chief Administrative Officer (Con) Mahendrughat, Patna- 800004

Special Condition & Specification for blanketing

1. GENERAL. 1.1 The book "Guidelines for Earth work in Railway Projects" issued by the Geotechnical

Engineering Directorate of RDSO in May 1987 along with the latest amendment known here under as " RDSO' Guidelines" shall form the basis of principles for conducting all testing & supply and compaction of blanketing materials in the embankment. A copy of this book can be purchased from the office of Chief Administrative Officer (Con) / E .Central Railway for Rs. 25/-

1.2 Standard Section for blanketing on formation for single lines, double line, conventional

doubling are given in RDSO guidelines and the Indian Railways Permanent Way Manual (1986) and Indian Railways code for Engineering Department (1993) which are Govt. of India's publications. However, a set of such standard section can be purchased from the office of Chief Administrative Officer (CON)/ East Central Railway, at a price of Rs. 25/-. These sections are for guidance of contractors to assess the type of work involved but actual dimensions, side slope etc. may vary to some extent depending on local conditions.

1.3 (i) The Tenderer may submit along with this tender paper a number of samples if he so chooses. Each sample may be associated with its test result and corresponding rate in the schedule of items. However, for each sample the exact location of the quarry from where the material is proposed to be brought should be indicated. the Railway administration will test all the samples submitted by the Tenderer to asses their quality for suitability as blanketing materials. The sample, which will not be approved, will be rejected and rates given by the contractor corresponding to such samples shall not be taken into account while considering various tender. The Railway Administration will consider the rates quoted by the Tenderer only two such samples as have passed the quality test. While issuing letter of acceptance in favor of successful Tenderer, the Railway Administration shall specify one or two cheapest approved sample along with their corresponding rate for bulk supply.

(ii) It should be noted that cohesion less, non erodible materials shall have to be confined in earth trenches in accordance with approved plans.

(iii) While selecting the samples for bulk supply, the Railway shall consider the total cost of blanketing including supply of materials, compaction and confining, if necessary the sample that gives the minimum total cost shall be accepted.

1.4 The contractor shall bring the bulk supply of blanketing materials according to approved sample and stack the same on the finished formation where the quality shall be checked. After approval of the quality the Contractor shall be allowed to spread the materials and start compaction.

1.5 The top surface of the formation shall not be damaged by the Contractor in the process of spreading the material of blanketing on the formation. Any damage done to the formation shall be made good (in necessary compaction) by the Contractor at his own cost.

2. QUALITY OF BLANKETING MATERIALS : The blanketing materials should satisfy the following properties :-

2.1 The materials should be coarse, granular and from hard rock. 2.2 The materials should have small quantity of fines. If the fines are plastic, the percentage of fines

i.e., particles upto 75 microns should be up to 5%. If fines are non-plastic these should be up to 12%.

2.3 The materials should be properly graded and its particles size distribution curve should lie within the enveloping curves shown in sketch - B. (RDSO Guide lines)

2.4 Uniformity Co-efficient D60/D10 should be above 4 and preferably above 7, Co-efficient of curvature = (D30)2/D60×D10 should be within 1 and 3.

Page 76 of 81

3. METHOD OF LAYING 3.1 The blanket should generally cover the entire width of the formation from shoulder to shoulder

except that in case of sand or similar erodible materials, it should be confined within beams of width 60cm to 75cm.

3.2 If erodible material is used as blanket it should be confined in a trench and sand drains should be

provided across the cess to drain the track and the blanket (SK-C). These cross sand drains with adequate slope should be5 to 10cm below the bottom of he blanket and spaced 2 to 4m apart.

3.3 The materials should be laid in layers of not more than 25 cm and each layer compacted to specifications before next layer is laid.

4. COMPACTION 4.1 All the blanketing material should be compacted by mechanical means. The method of

compaction and appropriate type of rollers are suggested in RDSO guidelines. However, use of plate vibrator of ¾ tones capacity is recommended.

4.2 COHESIONLESS SOIL :

(i) The control of moisture content is not important in this case. However, best compaction is achieved when the soil is very wet (near saturation). The compaction of such soil shall be done by adding sufficient water to it so that it compacts well and efficiently, does not slip away (when too dry) and also does not flow (when too wet) under rollers, such moisture content shall be determined by field trials. (i) In Cohesion less blanketing materials the blanket should be compacted to get minimum dry density index (relative density) of 70% as obtained in accordance with IS 2720 (Pt. XIV)/ 1983.

4.3 The quality of compaction shall be determined by considering the mean density of number of

samples taken in each layer. The mean dry density shall be equal to or exceed the minimum density specified above. In no individual case, shall be density be less than the minimum value specified by more then 2% otherwise further rolling shall be done at the appropriate location.

4.4 The top of the blanket shall be finished to a slope of 1:40 away from the center of the formation.

Each layer shall be compacted to the desired density over its entire width commencing from the both sides. There should be a minimum over lap of 150 mm, between each run of the roller

5. QUALITY CHECK IN FIELD : :

The contractor shall established laboratory at site with such equipment and personal in sufficient numbers for checking quality of the blanketing materials as well as for checking the quality of the compaction of the blanket. No separate payment shall be made to the contractor for this.

6. In case of cohesive blanketing materials, if required, it may also be confined with provision of

sand drain with specific instructions of the Engineer at site 7. When dismantling of any existing structure is involved to facilities construction, the scheme for

dismantling of the existing structure shall be submitted by the contractor and excess shall be done after approval of Railway. (a) The dismantling of structure should be done under proper supervision and as per approved scheme of dismantling (b). At major dismantling sites minimum level of supervision shall be Senior Section Engineer (In Charge), who should be nominated by Dy.Chief Engineer/in writing. (c) The dismantling Plan should be scrutinized by the Drawing Office and H.O.D. in case of Construction Organization. The dismantling Plan should invariably show various stage of dismantling, equipments to be used for dismantling area likely to be affected by debris, any adjacent building likely to be affected and action to be taken thereof. (d) Proper barricading should be done to stop access of unauthorized personnel near the dismantling area. Where ever necessary assistance of RPF should be taken to prevent people

Page 77 of 81

from coming close to dismantling area.. Sign Board warning people not to enter the danger zone should also be displayed by the contractor.

8. SAFE MEASURE: The following measures should be adopted to ensure safety of the train as

well as work force. (i) The contractor shall not start any work without the presence of railway supervisor at site. (ii) Wherever the road vehicles and/ or machinery are required to work in the close vicinity of railway line, the work shall be so carried out that there is no infringement to the Railway's schedule of dimensions. For this purpose the area where road vehicles and/or machinery are required to ply, shall be demarcated and acknowledged by the contractor. Special care shall be taken for turning/ reversal of road vehicles/machinery without infringing the running track. Barricading shall be provided wherever justified and feasible as per site conditions. (iii) The look out and whistle caution orders shall be issued to the trains and speed restrictions imposed where considered necessary suitable flagmen/detonators shall be provided where necessary for protection of trains. (iv) (a) He supervisor/workmen should be counseled about safety measures. A

competency certificate to the contractor's supervisor as per Performa annexed shall be issued by AEN which will be valid only for the work for which it has been issued. (b) The unloaded ballast/rails/sleepers/other P. Way materials after unloading along track should be kept clear off moving dimensions and stacked as per the specified heights and distance from the running track. (c) Supplementary site specific instructions wherever considered necessary, shall be issued by the Engineer-in charge.

Witness

1. Signature of Tenderer

2. Date _____________

Page 78 of 81

Chapter - IX East Central Railway

Office of the Chief Administrative Officer (Con) Mahendru ghat, Patna- 800004

SPECIAL CONDITIONS & SPECIFICATIONS FOR BUILDING WORK.

1. SCOPE OF WORK: 1.1 Any other work incidental to the construction of buildings. 2. STANDARD SPECIFICATIONS AND CODE OF PRACTICE : 2.1 The following Standard Specifications must be followed with regard to design, material and

workmanship apart from Architectural and Structural Drawings & Specifications from Book of Reference.

(i) I.S. Code of practice for Plain and Reinforced Concrete (I.S.456)

(ii) I.S. Code of Practice for use of Structural Steel (I.S. 800) (iii) I.S. 1742 Code of practice for building drainage. (iv) IRS code of practice for Electric Arc welding of mild steel structures. (v) IS specification for Fine and Coarse Aggregate from natural sources for Concrete (IS-

515). East Central Railway Engineering Department Standard Specification for Materials and Work-2008 with errata and corrections up to date corrections slip up to date.

3. PLAIN/REINFORCED CEMENT CONCRETE WORKS : 3.1 The ISI code of practice for the structural use of reinforced concrete in building shall from part

of these additional specification and this code and the standard practice in reinforced concrete construction that has been evolved by the adoption of this code shall be followed.

3.2 Fine and course aggregate : Fine and coarse aggregate for all type of concrete works shall

conform to East Central Railway standard specifications, 2008 & IS:383.

3.3 In addition to the routine test/ special test on material will be carried out whenever required by the Engineer. The cost of the special test will be borne by the Railways, if the results are as per standard laid down, failing which the cost of these tests will be borne by the contractor. Necessary facility in the form of moulds, cones, scales, materials, labour for casting, curing, specimens and such other facilities as per prerequisite required to any standard concrete test will be provided by the contractor free of cost including concrete being tested.

4. FORM WORKS :

4.1 GENERAL : Shuttering shall be either of wooden planks of suitable thickness with steel sheet lining or of steel plates stiffened by steel angles duly approved by Engineer. It should be ensured that the shuttering should be leak proof and there should not be any leakage of cement slurry during casting of the concrete. The shuttering shall be supported on wooden battens and beams and prop of vertical ballies properly coarse branched together, so as to make the formwork rigid. In place of ballies props, brick pillar of adequate section, Built in mud mortar may be used.

4.2 The form work shall conform to the shape, lines and dimension as showing in the plan. It shall

be sufficiently rigid and strong to maintain correct shape of the members during deposition of concrete and shall be able to resist forces caused by vibration of concrete and incidental loads,

Page 79 of 81

associated with men working over it. The battering shall have smooth and even surface and its joints shall not permit leakage of cement grout.

4.3 If at any stage of working during or after placing of concrete in the structure, the formwork

bulges out beyond the required shape of the structure, the concrete shall be removed and work redone with fresh concrete and adequately rigid formwork at contractors cost. Details of shuttering and centering shall be subject to the approval of the Engineer-in charge, the completed formwork shall be inspected by Engineer-in charge, before the rein forced cement bars are placed in positions.

4.4 CAMBER : The shuttering on beams and slabs shall have camber of 4 mm per meter (1 in 250)

or as directed by Engineer-in charge, so as to off set the subsequent deflection. The cantilevers, the camber at free end shall be 1/50 th of the projected length or as directed by the engineer-in charge.

4.5 Provision for holes shall be made in the shuttering for inserting fan hole clamps and provision of

conduits etc. for concealed wiring and providing architectural finishing grooves if any at the junction of slabs with beams or walls or columns wherever required for architectural consideration, concealed sanitary and water supply pipes and fittings etc. as are required to be built in connection with the provision of various services in the buildings for service or architectural reasons. It may also be necessary to make holes in the shuttering of RCC columns for projecting bars. The tendered rates shall be paid to the contractor for making these provisions and no deduction shall be made on account of any saving in RCC due to these. The formwork for the RCC chajja will be so made that the drip coarse band can be casted along with the chajja. No extra payment shall be made for this drip coarse band.

5. REINFORCEMENT: 5.1 Reinforcement may be either with M.S. Round or Tor steel as decided by the Engineer as per

approved drawing. No extra payment shall be made in case tor steel is used in lieu of mild steel.

5.2 It shall be the responsibility of the contractor to clean the reinforcement bars with dry gunny bags, if they are quoted with rust of impurities and nothing extra shall be paid for the same.

5.3 The rate for reinforcement cement concrete includes straightening and uncoiling of rolls of reinforcement. No extra payment for strengthening and/or uncoiling of reinforcement shall be payable by the Railway.

6. CONCRETING: 6.1 The concrete shall be mixed properly in approved type mechanical mixer as per East Central

Railway Standard Specifications for Works and materials-2008. The proper consistency shall be determined by the Engineer-in-charge by a slump test, which shall be carried out. Cost of moulds, labour, tools and plants etc. for slumps tests of concrete shall be borne by the contractor including concrete used in testing.

6.2 The concrete shall be compacted immediately after placing by means of mechanical vibrator of suitable design for continuous operation.

7. MEASUREMENT: 7.1 All work will be paid for at the tendered rates on the basis of actual measurements at site. No

account will be taken for heights and thickness over those shown in the plans, unless they are authorized by Engineer-in charge, in writing.

7.2 Measurement shall be made according to East Central Railway Standard Specifications for Works and materials-2008.

Page 80 of 81

8. RATES : 8.1 For all items of reinforcement concrete, the tendered rates shall include supplying and removal

of scaffolding, supply of formwork, shuttering and centering etc. of approved design, their erection, dismantling, clearing and oiling, etc, cutting, hooking, bonding, binding, bailing and straightening of steel section, binding and placing in position of reinforcement etc. complete, fabrication of the reinforcement in required shape as per drawings, screening or washing the aggregate, mechanically mixing and placing the same in position & use of equipments including mechanical mixers, vibrator etc. all watering during the work and curing for the prescribed period after-words & finished exposed surface.

9. FOUNDATION : 9.1 TIMELY NOTICE FOR INSPECTION OF FOUNDATIONS OF WORKS TO BE

COVERED UP : The contractor shall give notice to the engineer as soon as the excavation of any portion of the

site for obtaining a foundation or bottom, whether above or below water, has reached the depth and width shown in the drawings. The contractor shall also give further notice to the Engineer whenever any bottom foundation is ready for inspection and whenever it is necessary to cover up any work in respect of which Engineer desires previous inspection, so that the Engineer may inspect the same before it is covered up. Bottom of foundation should be maintained by the contractor till execution of the work without any extra cost as directed by the Engineer - in charge.

10. BRICK WORK : 10.1 All brickwork shall be done in well-burnt bricks as per East Central Railway Standard

Specifications for Works and materials-2008 in cement mortar in proportion as may be specified in the drawings or as instructed by the Engineer-in charge.

10.2 All pipes clamps or other fittings as may be required shall be fixed in position as the work proceeds. Chases will have to be out in the brick walls before housing the fitting and the contractor's rate for brickwork shall be inclusive of the cost of cutting chases.

10.3 No claim for any additional, labour involved in doing the masonry work around the boards, telephone boxes etc shall be entertained.

11. ROUGH CAST/SAND FACED CEMENT PLASTER 20 MM THICK.

11.1 All brick masonry shall be thoroughly wetted and joints raked out to a depth of at least 20 mm well washed with clean fresh water to ensure a clean depth of 13 mm free from any mortar, and must be kept watered for a week before the plaster is applied if the masonry is old, otherwise the watering should be done for 2days.

11.2 Samples of rough cast/sand faced shall be got approved from Engineer-in charge before commencement of work and work shall be done strictly according to East Central Railway Standard Specifications for Works and materials-2008.

12. WATER SUPPLY AND SATINARY INSTALLATION :

12.1 For execution of sanitary installations and water supply works, the contractor shall arrange a licensed plumber and employ especially skilled artisans for these works. The work shall be executed as per East Central Railway Standard Specifications for Works and materials-2008.

12.2 The work of providing GI and/or CI pipes, as required, shall proceed along with the construction of building to avoid demolition or breaking up of masonry at a later stage.

12.3 Samples of sanitary installations and fittings such as W.C. Pans, wash basins, sinks etc. shall be submitted to the Engineer in charge for approval before supplying and fixing & shall be provided strictly in accordance with the approved samples.

Page 81 of 81

12.4 G.I. pipes and fittings shall conform to BIS specifications and samples be got approved from the Engineer-in charge before using the materials in the work.

12.5 RCC pipes for sewer should conform to NP-2 class of pipe specification as per BIS. These

should be tested and certified by approved testing agencies/laboratories and by the contractor, if asked, for approval of materials by the Engineer, contractor should produce certificate to the effect. Nothing extra will be paid for testing and certification by testing agency laboratory.

13. FLOORING : 13.1 Flooring shall be laid using approved quality sand and coarse aggregates and as per East Central

Railway Standard specification for Works and Materials 2008. Floor shall be laid in panels and dividing strips shall be provided as per practice and agreed by Engineer-in charge. No extra payment will be made for the same.

14. ROOFING : 14.1 The roof shall be laid either with RCC or as per approved plan. 14.2 Openings for fan clamps and other fittings, connection with services shall be provided in

shuttering as directed for which nothing shall be paid. 15. TESTING OF BUILDING MATERIAS : 15.1 Regular testing of building materials such as bricks, sand, aggregates, tiles, water proofing

compounds, doors and windows etc. should be done. 15.2 Day to day quality control, sample testing facilities must be available at work sites. 15.3 Test cubes for concrete should be made and tested as per IS specifications. 15.4 Concrete mix as specified in the tender documents should be followed at wok site. In case of

design mix, IS specifications for designing, producing, using, testing and accepting/rejecting must be followed.

15.5 Cement should be used by weight only in case of design mix concrete. 15.6 In case of cement, steel, etc. besides manufacturers’ test certificates, regular independent tests

to check the quality as per IS specifications should be done.

Witness: Signature of Tenderer(s) 1. __________________________

2. __________________________ Date ________________

End of Tender Document